NTA1

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 79

K-G002/1/2023-OPS

I/1863/2024

INVITATION
FOR
TENDER
For the establishment of Computer Based Test (CBT)
Exam Centers PAN India

NATIONAL TESTING AGENCY


(An autonomous organization under the Department of Higher Education,
Ministry of Education, Government of India)

Website: www.nta.ac.in ; www.gem.gov.in


E-mail: procurement@nta.ac.in

Cost of TENDER Form: ₹ 10,000/-


EMD: ₹ 1,00,00,000/-
K-G002/1/2023-OPS
I/1863/2024

TABLE OF CONTENTS

SECTION I: DISCLAIMER ................................................................................................................................................................5


SECTION II: INVITATION FOR TENDER...........................................................................................................................................6
SECTION III: INSTRUCTIONS TO BIDDER .......................................................................................................................................7
1. About National Testing Agency (NTA) ..........................................................................................................................7
2. Aim and Objective of Tender ........................................................................................................................................7
3. Evaluation and Comparison of Bids ..............................................................................................................................8
4. Selection of Bidder’s .....................................................................................................................................................9
5. Placement of Work Order .............................................................................................................................................9
6. Eligible Bidder’s.............................................................................................................................................................9
7. Cost of Bidding ............................................................................................................................................................10
8. Contents of Bid document ..........................................................................................................................................10
9. Clarifications of Bidding document ............................................................................................................................11
10. Amendment of Bidding document .............................................................................................................................11
11. Language of Bid...........................................................................................................................................................11
12. Bid Prices.....................................................................................................................................................................11
13. Bid Currency................................................................................................................................................................12
14. Bidder Authorized Signatory (Refer Annexure – H) ....................................................................................................12
15. Late Bids ......................................................................................................................................................................12
16. Validity of Bids ............................................................................................................................................................12
17. Other T&Cs..................................................................................................................................................................12
18. Notification of Award .................................................................................................................................................13
19. Contract Signing ..........................................................................................................................................................13
20. EMD, Tender Fee ........................................................................................................................................................13
21. Performance Security .................................................................................................................................................14
22. Confidentiality ............................................................................................................................................................15
23. Third Party Contracts ..................................................................................................................................................15
SECTION IV: TERMS & CONDITIONS ...........................................................................................................................................17
1. Introduction and Purpose ...........................................................................................................................................17
2. Brief Scope of Work ....................................................................................................................................................18
3. Space for the Project and Infrastructure ....................................................................................................................19
4. ICT Commissioning......................................................................................................................................................21
5. Best Practices ..............................................................................................................................................................21
6. Manpower ..................................................................................................................................................................22
7. Invigilator Manpower .................................................................................................................................................23
8. Maintenance, Warranty, Duration, Deliverable and Time Schedule..........................................................................23
9. Contract Term .............................................................................................................................................................24
10. Project Milestones ......................................................................................................................................................24

Page 2 of 79
K-G002/1/2023-OPS
I/1863/2024
11. Payment Term ............................................................................................................................................................26
12. Penalty Term ...............................................................................................................................................................27
SECTION V: PROJECT IMPLEMENTATION GUIDELINES ...............................................................................................................29
1. Premises......................................................................................................................................................................29
2. LAB Layouts .................................................................................................................................................................32
3. Furniture .....................................................................................................................................................................33
4. Premise Branding ........................................................................................................................................................33
5. Manpower ..................................................................................................................................................................33
6. Storage ........................................................................................................................................................................34
7. Server Room ...............................................................................................................................................................34
8. Power Matrix ..............................................................................................................................................................34
9. Diesel Generator .........................................................................................................................................................35
10. UPS and Battery ..........................................................................................................................................................35
11. Power Schematics, Electrical Fan, Lighting, Wiring Distribution ................................................................................36
12. Communication: Intercom ..........................................................................................................................................36
13. Communication: WAN ................................................................................................................................................36
14. Communication: Public Address System (PAS) ...........................................................................................................36
15. PC and Laptop .............................................................................................................................................................37
16. Anti-virus.....................................................................................................................................................................37
17. Web Camera and Biometric........................................................................................................................................37
18. Monitoring and Device backup ...................................................................................................................................37
19. IT Networking .............................................................................................................................................................38
20. Structured Cabling ......................................................................................................................................................38
21. IT Network topology and architecture .......................................................................................................................39
22. IP Schema....................................................................................................................................................................43
23. Racks ...........................................................................................................................................................................44
24. Ethernet Switching......................................................................................................................................................45
25. IP Surveillance, Storage, VMS .....................................................................................................................................45
26. WAN Routers and Firewalls ........................................................................................................................................45
27. Printer and Scanner ....................................................................................................................................................46
28. Fire Exits ......................................................................................................................................................................46
29. LAN IP range and Intercom display .............................................................................................................................47
30. White background for Candidate photographs ..........................................................................................................47
31. Electrical Panel / Switch board tagging ......................................................................................................................47
32. LAN Network design ...................................................................................................................................................47
33. SMP Card activation - UPS ..........................................................................................................................................48
34. Color Coding of Desk numbers to identify/tag LAN number ......................................................................................48
35. DG monitoring RMS ....................................................................................................................................................49
36. Exhaust Fan .................................................................................................................................................................49
SECTION VI: GENERAL INSTRUCTIONS ........................................................................................................................................51
Page 3 of 79
K-G002/1/2023-OPS
I/1863/2024
1. Important Instructions ................................................................................................................................................51
2. Right to Accept Any Proposal and To Reject Any or All Proposal(s) ...........................................................................51
3. General Information ...................................................................................................................................................51
4. Download of Tender and Submission of Tender response.........................................................................................52
5. Processing Norms .......................................................................................................................................................53
6. Packing ........................................................................................................................................................................53
7. Insurance ....................................................................................................................................................................54
8. Payment ......................................................................................................................................................................54
9. Prices...........................................................................................................................................................................54
10. Change Orders ............................................................................................................................................................54
11. Contract Amendments................................................................................................................................................54
12. Assignment .................................................................................................................................................................55
13. Third Party Engagement .............................................................................................................................................55
14. Delays in Supplier’s Performance ...............................................................................................................................55
15. Liquidated Damages ...................................................................................................................................................56
16. Fraudulent and Corrupt Practices...............................................................................................................................56
17. Force Majeure.............................................................................................................................................................57
18. Proprietary Rights .......................................................................................................................................................57
19. Limitation of Liability ..................................................................................................................................................58
20. Dispute Resolution......................................................................................................................................................58
21. Integrity Pact...............................................................................................................................................................58
ANNEXURE A (Refer – Pg. 51, Pt. 4.vi) ........................................................................................................................................59
ANNEXURE B (Refer – Pg. 51, Pt. 4.vi) ........................................................................................................................................60
ANNEXURE C (Refer – Pg. 10, Pt. 8) ............................................................................................................................................61
ANNEXURE D (Refer Pg. 16, Pt. 1)...............................................................................................................................................62
ANNEXURE E (Refer – Pg. 10, Pt. 8) ............................................................................................................................................67
ANNEXURE F (Refer – Pg. 51, Pt. 4.vi).........................................................................................................................................68
ANNEXURE G (Refer – Pg. 10, Pt. 8) ............................................................................................................................................69
ANNEXURE H (Refer Pg. 11, Point 14) ........................................................................................................................................70
ANNEXURE I (Refer Pg. 10, Pt. 9) ................................................................................................................................................71
ANNEXURE J (Refer Pg. 10, Pt. 6.I(g))..........................................................................................................................................72
ANNEXURE K (Refer – Pg. 10, Pt. 8) ............................................................................................................................................73
ANNEXURE L (Refer Pg. 11, Pt. 12) .............................................................................................................................................77
ANNEXURE M (Refer Pg. 25, Pt. 10(e )) ......................................................................................................................................79

Page 4 of 79
K-G002/1/2023-OPS
I/1863/2024

SECTION I: DISCLAIMER

All information contained in this Tender document provided/clarified is of good interest and faith. Reasonable
care has been taken in the preparation of the Tender document; however, the interested agencies are expected to
satisfy themselves that the document is complete in all respects and entirety.

The information published in this document is not intended to be exhaustive. Interested Bidders are required to
make their own enquiries and diligence wherever required for formulation of proposals.

The National Testing Agency (NTA) reserves the right to reject any or all of the proposals submitted in response
to the Tender document at any stage without assigning any reasons whatsoever.

NTA also reserves the right to withhold or withdraw the process at any stage with intimation to all those who
have submitted their proposals in response to the Tender. NTA reserves the right to change/ modify/ amend any
or all of the provisions of the Tender document without assigning any reason whatsoever. Any such change/
modification/ amendment would be communicated to the bidders by posting it on the NTA website.

NTA and any of its respective employees and associates shall have no liability or obligation under any law or
otherwise, for any loss or damage which may arise from or be incurred or suffered on account of anything
contained in the Tender or otherwise including but not limited to the accuracy, adequacy, correctness
completeness or reliability of the Tender and any assessment, assumption, statements thereof or information
contained therein or which shall deemed to be part of this Tender. It shall also include the award of the assignment,
the information and any other information supplied by or on behalf of NTA or their employees and tender
respondent or otherwise arising in any way from the selection process for the assignment.

Any and all information provided in or with respect to this document or imparted to any respondent as part of
Tender process is confidential to NTA and shall not be used by any respondent for any other purpose or distributed
to or shared with any other person or organization except as mentioned in this Tender.

Page 5 of 79
K-G002/1/2023-OPS
I/1863/2024

SECTION II: INVITATION FOR TENDER

National Testing Agency (NTA) invites Tender from Qualified Agencies for investment in Designing and
Establishment of Online Assessment, Examination and Training centres throughout PAN India to initiate new
ways of assessment using emerging education technologies focusing on 21st century skills.

BID DATA SHEET


S. No. Particulars Details
1. Date of issue of TENDER document As per GeM portal
2. TENDER Form / Bid issued by National Testing Agency (NTA) New Delhi
3. Authorized Officer for Clarifications Director, NTA
4. Availability of TENDER Form / Bid TENDER documents may be downloaded from NTA
website www.nta.ac.in (for reference only) and GeM
portal at www.gem.gov.in
5. TENDER Form / Bid ID As per GeM portal
6. a. Cost of Tender form / Bid document INR 10,000 (Rupees Ten Thousand only)
b. Earnest Money Deposit (EMD) INR 01 Crores (Rupees One Crores only)
• Tender Fee and EMD exemption is not allowed to any
bidder, except Central PSU’s only.
• Bidders shall physically submit EMD & Tender Fee in a
sealed envelope tiled “NIT for the establishment of
Computer Based Test (CBT) Exam Centers PAN India
in successful implementation of objectives of New
Education Policy 2020” to the NTA, New Delhi before the
bid submission end date.
• Scanned copy of EMD & Tender Fee also needs to be
submitted along with Technical bid.
• Receipt of successful submission of EMD & Tender Fee
has to be uploaded online with the Technical bid. If not
complied, bid will not be considered for opening and
rejected out-rightly.
7. Sale of TENDER Form/bid As per GeM portal
8. Pre- Bid Meeting for queries (if any) As per GeM portal
9. Last date for seeking clarification (if Will be allowed before the Pre-bid meet only
any and if required)
Last date for submission of RFP As per GeM portal
10.
response Bid shall be submitted online only at GeM website:
www.gem.gov.in
11. Opening of Bidder responses As per GeM portal
at NTA Office, New Delhi

Sd/-
Director Procurement
National Testing Agency
New Delhi

Page 6 of 79
K-G002/1/2023-OPS
I/1863/2024

SECTION III: INSTRUCTIONS TO BIDDER

1. About National Testing Agency (NTA)

The Ministry of Education (MoE), Government of India (GOI) has established National Testing Agency (NTA)
as an independent and autonomous organization under Society Registration Act, 1860 for conducting efficient,
transparent and based on international standards tests in order to assess the competency of candidates for
admissions to premier higher education institutions.

The NTA conduct various examinations across the country in Computer Based Test (CBT) mode and also in
Offline mode i.e. pen and paper exam.

The NTA conducts Entrance examinations through “Computer Based Test (CBT)-Examination in online mode”
in approximately 600 (Six Hundred) examination centers spread all across India.

i. UGC-NET (Twice in a year) – To determine the eligibility for Assistant Professor only or Assistant
Professor & Junior Research fellowship both in college and university.
ii. JEE (Main) (Twice in a year) – Joint Entrance Examination (Main) for admission to Undergraduate
Engineering Programme in NITs, IIITs and other Centrally Funded Technical Institutions including the
States of Madhya Pradesh, Haryana, Uttarakhand, Nagaland & Odisha which shall also have admission
through JEE (Main) system. The JEE (Main) will also be an eligibility test for the JEE (Advanced), which
the candidate has to take if he/she is aspiring for admission to the undergraduate programme.
iii. CMAT – Common Management Admission Test (CMAT) for admission to the colleges that offer MBA
and for those which run postgraduate diploma in management programs.
iv. GPAT – Graduate Pharmacy Aptitude Test (GPAT) for admission into the Master’s programme of
Pharmacy (M. Pharma)
v. CUET UG – (Once a year) The Common University Entrance Test (CUET UG) is a standardized
examination used for undergraduate level admissions in India. It evaluates a student's ability in various
subjects, serving as a benchmark to secure a place in leading universities across the country.
vi. CUET PG - The Common University Entrance Test (CUET PG) is a national level examination in India
that assesses postgraduate aspirants' aptitude. It serves as a gateway for admission into various prestigious
universities for a variety of postgraduate courses.
vii. Other admission and recruitment exams

2. Aim and Objective of Tender

These centres would be utilized not only for National Testing Agency ( NTA) exams but also for exams of State
and Central Government exam conducting agency like like SSC, EDCIL, PSC’s, RRB, IBPS etc. .National
Testing Agency on its own and on behalf of its partnering bodies such as SSC, EDCIL, RRB, IBPS etc. will
give requirement to bidders. The primary purpose is to conduct online examinations efficiently across the
country. Apart from examinations, the centres may serve other purposes during the off session with the approval
of NTA for other educational activities as per New Education policy 2020 , NTA and Partnering Bodies will
jointly specify the infrastructure requirements to potential bidders who will be responsible for setting up the
Page 7 of 79
K-G002/1/2023-OPS
I/1863/2024
necessary facilities Overall, this strategy aims to create a robust infrastructure that not only meets the immediate
needs of online examinations but also contributes to ongoing educational initiatives. It reflects a comprehensive
approach to leveraging technology for education and assessment purposes across the country

Infrastructure Setup:

To achieve this objective, Private institutions/spaces, Government Universities, Higher Education Institutions
(HEI), Private schools, Government / Semi-Government buildings will be approached to offer area in their
campus for the development of new IT infrastructure or to modify/alter the existing infrastructure according to
their policy.

NTA intends to achieve below-mentioned objectives and reforms through this project:

i. Conduction of examination across India in a standardized format and without any scope of malpractice.

ii. Utilizing these examination centres to execute various other ICT based vocational education
courses/programmes listed under NEP 2020.

iii. Promote and create future-ready IT technology enabled standardized Online Examination centres by
investing in infrastructure.

iv. Utilization of the infrastructure of interested individual Private institutions/spaces, Government


Universities, Higher Education Institutions (HEI), Private schools, Govt. / Semi-Govt. buildings to offer
targeted training in low-expertise tasks for supporting the AI value chain including but not limited to
data annotation, image classification, speech transcription etc. based on NEP 2020.

v. Creating of more virtual ICT labs to give remotely located students access to hands-on experiential
learning.

vi. Creating of world class Labs infrastructure to run IT / ICT / ITES courses.

vii. Helping individual Private institutions/spaces, Government Universities, Higher Education Institutions
(HEI), Private schools, Govt. / Semi-Govt. buildings in the field of testing through development of State
of the Art culture of testing in India.

3. Evaluation and Comparison of Bids

a) The bidders will be evaluated on the basis of their Technical response(s) as per below:

i. Bidder has to submit documentary evidence against Bidder PQ points as specified in this Tender
document.

ii. Bidder has to propose VPN Hardware for this project with certification such as CE/RED,
UKCA, CITC, ISACA, RCM, CB, E-MARK, GCF. Documentary evidence with MAF from
respective OEM should be submitted along with Technical bid.

iii. Bidder has to propose CCTV for this project with certification such as UL and GDPR.
Preference will be given to CCTV manufacturer who have existence in India since last 10 years

Page 8 of 79
K-G002/1/2023-OPS
I/1863/2024
as on day of bidding with manufacturing in India since last 5 years. Documentary evidence with
MAF from respective OEM should be submitted along with Technical bid.

iv. Unconditional acceptance w.r.t. the Scope of requirements and Scope of work has to be
submitted by the Bidder as part of Technical response.

4. Selection of Bidder’s

a) Only Technical qualified bids as per Point 3 & 6 of Section III of this RFP will be eligible for further
financial evaluation. Based on the technical evaluation, a list of short-listed Bidders shall be prepared.

b) In the second stage, a financial evaluation will be carried out as specified in this Tender. The Financial
Proposal of the eligible and technically qualified bids will only be opened for consideration under LCBS
evaluation.

c) Bids will finally be ranked according to LCBS scheme.

d) L1 bidder will be declared as successful bidder and will be awarded LOA (Letter of Award) within a
day’s time of opening of financial bid.

e) Bidders shall be deemed to have understood and agreed that no explanation or justification for any
aspect of the Selection Process will be given and that NTA decisions are final and binding without any
right of appeal whatsoever.

5. Placement of Work Order

NTA will formally place a Work Order on the name of successful bidder for each Examination centre separately
along with its details such as No. of nodes, Location, Go-Live date of exam centre etc.

6. Eligible Bidder’s

I. BIDDER PRE-QUALIFICATION CRITERIA:

a. Bidder should be a Private Limited or Limited company or LLP or Central PSU and should be
into existence in India for at least last 5 years as on the day of bidding.

b. Consortium, Joint-venture bids are not allowed to take part in this process.

c. Bidder should be profitable for each of the last 5 FY’s and should have Average Annual
Turnover of more than INR 100 Crores in last 3 FYs (2020-21, 2021-22 & 2022-23).

d. Bidder should have positive Net worth of more than INR 100 Crores.

e. The bidder should have an experience of IT / ITES projects for any /Central Govt/PSU
department directly with

i. 1 project of value INR 40 Crores

Page 9 of 79
K-G002/1/2023-OPS
I/1863/2024
ii. 2 projects of value INR 30 Crores

iii. 3 projects of value INR 20 Crores

f. Bidder should be minimum ISO 9001, 27001 & 20000 certifed.


g. The bidder or any of their present or past directors must not be blacklisted, by any Central/state
Government, Semi-Government bodies, in any case related to any examination activity during
the last 2 years as on day of bidding. The bidder or its Present/ Past Directors should also not
be convicted for any offence by any of the Court law enforcement agencies related to
examination activity during the last 10 years as on day of bidding.
Document Submission and Undertaking: The bidder is required to submit a Notary undertaking
on an INR 100 Stamp paper (Refer to Annexure – J). This document serves as a legal
commitment and confirms the bidder's adherence to the stated requirements.
Consequences of Contradictory Documents: In the event of discovery of any documents
contradicting the eligibility criteria, the department reserves the right to reject the bid or
terminate the agreement immediately. This clause reflects the thorough vetting process ensuring
the selected bidder's compliance and integrity in examination-related activities.

7. Cost of Bidding

The Bidder shall bear all costs associated with the preparation and submission of its bid, and NTA shall
hereinafter be referred as "the Purchaser", and shall in no case be responsible or liable for these costs, regardless
of the conduct or outcome of the bidding process.

8. Contents of Bid document

The goods or services, bidding procedures and contract terms are prescribed in the Bidding Documents. In
addition to the Invitation for Bids, the Bidding Documents shall also include:
• Bidder PQ (Refer Annexure – C)
• Scope of work
• Schedule of Requirements
• Bid Form (Refer Annexure – E)
• Price Schedule
• Bid Security Form (Refer Annexure – G)
• Performance Security Form
• Declaration of black listing form (Refer Annexure – J)
• Non-disclosure Agreement (Refer Annexure – K)

The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Documents.
Failure to furnish specified and necessary information required by the Bidding Documents or submission of a
bid not substantially responsive to the Bidding Documents in every respect will be at the Bidder's risk and may
result in rejection of its bid or otherwise.

Page 10 of 79
K-G002/1/2023-OPS
I/1863/2024

9. Clarifications of bidding document

Any Prospective Bidder requiring any clarification of the Bidding Documents may notify the NTA in writing or
by mail at the NTA's mailing address indicated in the invitation for Bids in the formats (Refer Annexure – I)
given. NTA will respond in writing to any request for clarification of the Bidding Documents, which it receives
not later than 1 day prior to the Pre-bid meeting date prescribed by the NTA.

Pre bid meeting shall be called on date and time indicated in the invitation of bid. The interested bidder may
attend meeting and are advised to seek clarification on such bid terms, if any, during pre-bid meeting or may
sought the same in written in pre-bid clarification response.

10. Amendment of Bidding document

At any time or prior to the deadline for submission of bids, the NTA may, for any reason, whether at its own
initiative or in response to a clarification requested by a prospective bidder, modify the bidding documents by
amendment.

The prospective bidders who have registered in the site will be notified of such amendment through
mail, and such amendment shall be final and binding on them.

In order to allow prospective bidders reasonable time in assessing or complying with the amendment for
preparation of their bids, the NTA, at its sole discretion, may extend the deadline for the submission of bids.

11. Language of Bid

The bid prepared by the Bidder, as well as any and all correspondences and documents relating to the bid
exchanged by the Bidder and NTA shall be written in English language only. All supporting documents
and printed literature furnished by the Bidder may be in another language provided they are accompanied
by an accurate translation of the relevant passages in the English language in which case, for purposes of
interpretation of the Bids, the translation shall be preferred in the interpretation of bids.

12. Bid Prices

The Bidder shall indicate on the appropriate Price Schedule, in the financial bid (Refer Annexure – L) for
Selection of Agency for the job of establishment of Computer Based Test (CBT) Exam Centers PAN India to
assist National Testing Agency. To this end, the bidders have to submit the bids for all the schedules. However,
bidders shall quote for the complete requirement of goods and services specified under each schedule, failing
which such bids will not be taken into account for evaluation and will not be considered for award.

The separation of the price components in accordance to price schedules will be solely for the purpose of
facilitating the comparison of bids by the NTA and will not in any way limit the purchaser's right to contract on
any of the terms offered.

Page 11 of 79
K-G002/1/2023-OPS
I/1863/2024
Fixed Price: Prices quoted by the Bidder shall be fixed during the Bidder's performance of the Contract and not
subject to variation on any account. A bid submitted with an adjustable price quotation will be treated as non-
responsive and shall be rejected.

13. Bid Currency

Prices shall be quoted in Indian National Rupees (INR) only.

14. Bidder Authorized Signatory (Refer Annexure – H)

a. The individual signing the Bid or other documents in connection with the Bid must certify whether
he/she signs as:
• Constituted Attorney of the company, or
• Duly Authorized Representative/Signatory of the company, in which case he/she shall submit
a certificate of authority as Power of Attorney or Board Resolution on behalf of the company.
b. The Bidder shall sign its Bids with the exact name of the Company to whom the contract is to be issued.
Each bid shall be signed by a duly authorized signatory executed under seal.
c. The Bidder shall clearly indicate their legal constitution and the person signing the Bids shall state his
capacity and also source of his ability to bind the Bidder.
d. The power of attorney or Board resolution of the bidder as proof of the ability of the signatory to bind
the Bidder shall be annexed to the bid. Department may out rightly reject any bid not supported by
adequate proof of the signatory’s authority.

15. Late Bids

Bids received by NTA after the specified time on Bid Due Date (BDD) shall not be eligible for consideration
and shall be summarily rejected.

16. Validity of Bids

The Bidder shall keep the “Financial Bid” valid for acceptance for a minimum period of 120 days after the last
date of receipt of the Bids.

17. Other T&Cs

a. Consortium and Joint venture bid won’t be allowed and, would be liable for rejection out rightly.
b. Hypothetical and conditional Tenders will not be entertained and will be rejected summarily.
c. Department reserves the right to accept or reject all or any of the Tenders without assigning any reason
whatsoever.
d. There shall be no commitment of minimum quantity which can be ordered during validity of the
contract. Supply orders shall be placed on the Bidder against the Contract for such quantities as may be
decided by the NTA in its sole discretion.

Page 12 of 79
K-G002/1/2023-OPS
I/1863/2024
e. All disputes concerning in any way with this tender are subject to Clause 23 of this Tender.
f. Bidder has to bid for all the required services as per the Scope of work of this tender. Partial bid or
Conditional bids will be out rightly rejected.

18. Notification of Award

Prior to the expiration of the validity period, NTA will notify the successful Bidder in writing or by fax or email,
that its proposal has been accepted (Letter of Intent). In case the tendering process / public procurement process
has not been completed within the stipulated period, the NTA, may request the Bidders to extend the validity
period of their Proposal.

The decision to extend the validity period of a Bidder’s Proposal shall be the Bidder’s sole prerogative.

19. Contract Signing

Generally, after selection, a Letter of Award (the “LOA”) shall be issued, in duplicate, by NTA to the Selected
Bidder and the Selected Bidder shall, within 2 (two) working days of the receipt of the LOA, sign and return the
duplicate copy of the LOA in acknowledgement thereof. In the event the duplicate copy of the LOA duly signed
by the Selected Bidder is not received by the stipulated date, NTA may, unless it consents to extension of time
for submission thereof, cancel the LOA and the next highest ranking Bidder may be considered.
Bidder has to sign the Contract agreement as per respective Clause of this tender within a period of 15 days from
the date of LOA.
Bidder will be awarded individual work order(s) for each Examination centre venue.

20. EMD, Tender Fee

The tender document can be downloaded from NTA’s official website: www.nta.ac.in or GeM Portal and
submitted along with a fee of INR 10,000/- (Rupees Ten thousand only) only in the form of demand draft/NEFT
in favour of DG, NTA, or remitted online to NTA account. There is no exemption from payment of tender
document fees, except to Central PSU’s only and tenders without requisite fees shall not be accepted.

The bidder should enclose bid security (EMD) of INR 1,00,00,000/- (Rupees One Crores only) in form of
Demand Draft/ NEFT/RTGS/Bank Guarantee drawn in favor of DG, NTA or remitted online to NTA bank
account. The tenders without EMD shall be summarily rejected and no exemption for EMD will be entertained
at all, except to Central PSU’s only. The EMD of the unsuccessful bidders shall be returned without interest
after award of work to the successful bidder. The EMD of the successful bidder shall be returned only after
signing of the contract along with performance security deposit. The EMD stands forfeited in case the bidder
withdraws or amends his bid after submission of tender document and tender closing date/time. (GeM portal
permits bid modification before bid closing date/time).

Central PSU’s will be exempted from the payment of Tender fee and EMD.

The Account of NTA is in State Bank of India, D-211/1, Sector -61, Noida. The details are as under:

Page 13 of 79
K-G002/1/2023-OPS
I/1863/2024

Account No. 37714486224


IFSC Code SBIN0005222
MICR Code 110002422

Demand Drafts for EMD/Tender Fee or Proof of EMD/Tender Fee payment may be submitted at the reception
along with covering letter addressed to “Director General, NTA” at NTA Office First Floor, NSIC-MDBP
Building, Okhla Phase-III, New Delhi-110020 in hard copy, before the closing of last date/time of Bid
Submission.

21. Performance Security

Security Deposit for proper and timely fulfilment of the contract has to be furnished by the successful Bidder
within 07 (Seven) working days from the date of Agreement-cum-receipt of work order and also required to
furnish a guarantee on a stamp paper of INR 100/- duly attested by a Notary Public to the effect that the
successful Bidder shall maintain Secrecy and Confidentiality of the documents. There shall be no exemption to
this effect. Security Deposit cum Performance Guarantee will be calculated as 4% of the annual value of work
order issued, calculation is given as follows:

Components:
• Fee per node (X): The agreed-upon fee for each node per shift as per the agreement.
• Number of nodes for which work order is issued (Y): The quantity or count of nodes for which the work
order is issued

Calculation Formula:
• The Security Deposit cum Performance Guarantee is determined as 4% of the value of the work order.
• The formula for the calculation is expressed as: (X*Y*540)*4%

Example:
• If the fee per node as per the agreement is X and the number of nodes for which the work order is issued is
Y, then the Security Deposit cum Performance Guarantee would be calculated as (X * Y * 540 )* 4%.
• The outcome of this calculation provides the specific amount constituting the Security Deposit cum
Performance Guarantee for the given work order.

In essence, this formula ensures that the Security Deposit cum Performance Guarantee is directly proportional
to the product of the fee per node and the quantity of nodes for which the work order is issued. The 4% factor is
the percentage applied to this product, determining the final amount to be deposited as the Security Deposit cum
Performance Guarantee.
*Performance security will be given on the basis of centre wise work order issued.

The Security Deposit cum Performance Guarantee of the calculated amount only by furnishing a Bank guarantee

Page 14 of 79
K-G002/1/2023-OPS
I/1863/2024
or Demand Draft or Fixed Deposit Receipt issued by a Nationalized/ Scheduled Bank approved by Reserve
Bank of India drawn in favour of the Director General, NTA payable at Delhi for a period of 1 (One) year
initially and has to be renewed every year till the completion of contract period. The Security Deposit can also
be made in the shape of Guarantee Bond executed by a Nationalized/ Scheduled Bank.

Security Deposit will be retained by the NTA till satisfactory completion of the work. It should be clearly
understood that in the event of the Contract not being executed and completed as per the quality and time
schedule laid down, the same is liable to be forfeited. This will be in addition to the penalty, if any, which may
be imposed as specified in the delivery schedule.

NTA authority will return the Performance Bank Guarantee within 30 (Thirty) days of completion of contract
period.

22. Confidentiality

Any information relating to the project, clarification, evaluation, and recommendation for the selection of
Bidder’s shall not be disclosed to any person who is not officially concerned with the process or is not a retained
professional adviser advising NTA in relation to matters arising out of, or concerning the Selection Process.
NTA shall treat all information, submitted as part of the Proposal, in confidence and shall require all those who
have access to such material to treat the same in confidence. NTA may not divulge any such information unless
it is directed to do so by any statutory entity that has the power under law to require its disclosure or to enforce
or assert any right or privilege of the statutory entity and/or NTA or as may be required by law or in connection
with any legal process.

23. Third Party Contracts

The successful Bidder shall be authorized to enter into a contract with any third-party agency or authority to
perform any part or render any service mentioned in the Tender in whole or in part without prior consent of
NTA. In addition to entering into contract or agreement with any third party or agency aforementioned, the
successful Bidder shall also be authorized to enter into agreement including but not limited to manpower
agreement, hardware provider agreement and power back-up agreement with any third party or agency for
effective discharge of duties and obligations as mentioned in the Agreement. Furthermore, the selected third-
party agency shall render the respective services as mentioned in those agreements independent of the successful
Bidder and shall at all times be governed by the terms and conditions of the agreement subject to this Tender.
The selected agency shall at all times indemnify and hold harmless, successful Bidder and any of its directors,
officers or employees against any third-party and principal liabilities, claims, suits, proceedings (including any
proceeding brought before any court, regulatory body, arbitration panel or other tribunal), direct or substantial
or consequential damages, judgments or expenses including reasonable attorney’s fees and other expenses of
litigation (each, a “Claim”, collectively the “Claims”) that arise out of (i) the performance of the services
mentioned in this Tender or under the aforementioned agreement (including, without limitation, a claim based
upon infringement or misappropriation of third party’s intellectual property rights or idea misappropriation) by

Page 15 of 79
K-G002/1/2023-OPS
I/1863/2024
the selected agency and selected agency affiliates, (ii) any breach by the selected agency and selected agency’s
affiliates of its obligations hereunder, or any other provision of the agreement including but not limited to the
failure of execution of the Services within timeframe stipulated under this Tender or the agreement.

Page 16 of 79
K-G002/1/2023-OPS
I/1863/2024

SECTION IV: TERMS & CONDITIONS

1. Introduction and Purpose

Ministry of Education (MoE), Government of India has entrusted National Testing Agency for conducting
online testing, assessment throughout India. Presently NTA conducts entrance, recruitment and eligibility
examinations for various state & central level departments, colleges, etc. across India.

NTA conducts the computer based examinations in multiple shifts with multiple set of question papers due to
limited infrastructure availability as per defined standards for conducting online examinations.

In present context, NTA envision to set up examination centers for online examination at various locations for
estimated candidates approx. 2,00,000 per shift. To start with NTA will start with a provision of approximately
40,000 Computer nodes per shift and will increase the Computer nodes on mutual discussion basis or as per the
industry requirement. Presently, candidates from remote areas, need to travel a long distance from their residence
to reach at the examination centers.

In addition, number of candidates has increased in comparison to past few years but the proportion of nodes
available for online examination has not been increased and that has led to multiple shifts and days for an
examination.

The objective is to establish minimum 01 Lab or more labs (each of capacity 275 computers) in individual
Private and Govt. universities, Higher Education Institutions (HEI), Private schools, Govt. / Semi-Govt.
buildings etc. These examination centers will be established respectively at Engineering Colleges, Polytechnic
Colleges, ITIs Institutes and Colleges / Schools (all government or reputed private) that have or are ready to
allocate space for installation of adequate infrastructure.
As a part of this initiative, it is envisaged to setup / establish ICT based online exam centers in multiple
states/districts spread across the country. A list of cities is provided in Annexure – D where The National Testing
Agency (NTA) generally conducts exams in India. However, there may be instances where the existing
infrastructure in certain cities is not adequate to meet the requirements of the examinations. Constructing
infrastructure in additional cities aims to improve accessibility for candidates and ensure a conducive environment
for conducting examinations. In such cases, NTA or other Partnering Bodies have the flexibility to take initiatives
to address the infrastructure limitations. The decision to construct infrastructure is likely to be based on a needs
assessment, considering factors such as the number of candidates, technological requirements, and other logistical
considerations.

NTA intends to complete this work through private partners who will setup / establish ICT based online exam,
training centers in the locations decided by NTA designated committee.

The purpose of this tender is to select a bidder for providing services w.r.t.

• Infrastructure (ICT & Furniture inclusive of electrification, power backup & network cabling),

• Support Manpower to operate and maintain the centers,

• Maintenance of Infrastructure to ensure smooth functioning of online test centre.

The infrastructure provided by bidder would be in-line with the requirement given in the bid and their

Page 17 of 79
K-G002/1/2023-OPS
I/1863/2024
maintenance needs to be assured till the project tenure. The ownership of infrastructure will be with the selected
bidder, however during the project tenure NTA would have sole authority towards its utilization.

NTA does not guarantee to accept or move into agreement for any/all the proposals, if the solution does not
seem to satisfy the core requirement towards conduct of scientifically defined question.

NTA may opt to allow or offer other Government agencies to conduct any of their examination or any other
event in the examination centres created through this RFP. It should be after prior approval from NTA and first
priority should be given to NTA.

The Selected Bidder empaneled through this contract will be responsible for promoting activity of CBT Exam
centres created as part of this contract. NTA would not take part in any kind of marketing activity.

In case of any of the Engineering Colleges, Polytechnic Colleges, ITIs Institutes and Colleges / Schools (all
government or reputed private) propose NTA to create Examination centre’s at their premise and accepts the
minimum Booking guarantee terms & conditions of 540 shifts or more in a year then 1st right of booking of that
specific exam centre will remain with that respective Institute if informed to NTA minimum 60 days in advance.

The statement outlines a revenue-sharing arrangement between the bidder and the National Testing Agency
(NTA) based on the number of shifts booked at a center.
For shifts exceeding the initial threshold of 540 per financial year at a specific Exam centre, the revenue will be
shared in an 80:20 ratio between the bidder and NTA.
• 80% of the excess revenue goes to the bidder
• 20% of the excess revenue goes to NTA.

2. Brief Scope of Work

2.1 Bidder is required to provide infrastructure and manpower services for conducting computer based
examinations, educational and vocational training, skill development centers up to the contractual
period. The scope is inclusive of but not limited to:

2.2 Supply of furniture (Computer table & Chair) with required electrification & passive cabling for power
supply and network connectivity along with Internet facility. Every node shall have partition to keep
privacy. Charges for provisioning Internet and electricity for lab, shall be borne by the bidder itself
throughout the contractual term. Primary and secondary Internet links shall be provisioned by bidder
to handle the link unavailability circumstances during examination. Both the connectivity provision
should belong to different service providers.

2.3 Supply and commissioning of Air Condition for the computer lab. (For each 25 nodes, minimum 02
Ton AC should be provisioned).

2.4 Supply and commissioning of 275 (270 computers for exam and 5 for registration) computers with
preloaded software (i.e. Linux Operating System, Open Office, Antivirus etc.) and utilities required
by NTA.

2.5 Establishment of 01 Local server plus 1 back up server (with Windows Server Operating system and
Antivirus) at each Computer lab.

2.6 Supply and commissioning of Multi-Function Laser printers and scanner.


Page 18 of 79
K-G002/1/2023-OPS
I/1863/2024
2.7 Supply and commissioning of IP CCTVs for surveillance along with NVR and compatible for
Artificial intelligence based CCTV video analytics features.

2.8 Supply and commissioning of UPS to cover entire computer lab, network and server maintenance of
Infrastructure till contractual period to ensure uninterrupted service. Manpower to maintain and
operate computer lab and conducting examination.

2.9 Centralized Helpdesk for logging of complaints/issues for the Centres/Labs.

2.10 The contract would be entirely a service provider contract where infrastructure and manpower would
be arranged by bidder to operate and maintain the required setup for online testing.

2.11 NTA hereby agrees and understands, that in the event of any examination is conducted apart from
NTA, then the duties, responsibilities and obligations will be separately drafted and mutually agreed
through an agreement to be executed between NTA, successful Bidder and the third party agency.
Unless, such an agreement in entered into, successful Bidder shall not have any obligation with respect
to such examination.

2.12 Infrastructure provided by the bidder under this contract shall be in very good condition.

2.13 In case NTA facilitates the Space for establishing computer lab at any educational institution/ space
then coordination activity shall be undertaken by the bidder appointed by NTA.

2.14 Bidder is required to setup a Computer lab for NTA on defined locations with 275 or more nodes at
each centre’s as per above scope of work. The lab would be further operated and maintained by the
selected bidder as per the agreement and 1 technical Test Centre Administrator would be required to
run the infrastructure throughout the year till the end of the contractual term.

2.15 Minimum set up required for one lab for online testing is given in this Tender.

2.16 Support: The selected bidder on-boarded as part of this RFP would provide necessary support to NTA’s
other service provider(s) such as ‘Exam Conduction Agency (ECA)’ and ‘Exam Security Agency
(ESA)’ for delivery of ‘Exam conduction’ and ‘Biometric, Frisking, Live CCTV Surveillance’ service
respectively in that specific Exam centre.

2.17 The bidder is required to develop and provide a web portal equipped with a login facility for all the
NTA and partnering exam conducting bodies. This portal will allow these bodies to access the
Dashboard as an Admin and book the exam centers in advance. However, NTA will retain primary
control over this portal. While private exam conducting bodies can also utilize these exam centers,
priority will always be given to NTA or partnering Government exam conducting bodies. This web
portal should be integrated with NTA's current web domain.

3. Space for the Project and Infrastructure

The space approx. 25 Sq. Ft. Per node/node will be facilitated and arranged by the NTA for the entire
contractual period, to setup one lab with equipment and infrastructure described in this Tender document. The
bidder shall be responsible for complete renovation, civil work and interior and miscellaneous work such as
electrification etc. If the no. of labs are more than one at those places the proportionate space shall be provided.
Bidder shall be responsible for maintaining the space during the contract period. The bidder shall be responsible
Page 19 of 79
K-G002/1/2023-OPS
I/1863/2024
for all incidental and actual charges of maintenance, electricity, water cess etc.

If required, NTA may ask the Bidder to arrange raw spaces in their own capacity at different cities for
setup and scale-up of CBT Lab infrastructure in India.

Bidder may understand the schedules of requirement before quoting for project, to understand the gravity of
work. The detail specifications are given in this Tender document.

3.1 Electrification

Bidder is required to plan the placement of infrastructure towards establishing the computer lab. Plan required
to be discussed and approved by the local educational authorities before undertaking the site preparation
activities. Each computer table should be equipped with 1 Electrical Points including 3 Sockets, (2 No. 5-Amps
and 1 No. 15-Amps.) - Point wiring using ISI approved PVC Conduit / Casing Capping, 1.1 KV grade 2.5 square
meter FRLS Cu flexible wire including supply of wire, switch, socket and GI Box.

3.2 Air Condition

Bidder is required to supply and commission Air Conditioners of adequate capacity in the Computer Labs.
Minimum 01 Ton AC should be provisioned for 25 computer nodes, additional AC are required to cover Server
area (if server is situated at different space/room).

3.3 Lying of Cables for Networking

Bidder must make sure that cables shall be laid by skilled and experienced workmen using adequate equipment
to minimize stretching of the cable. All terminations should be carried out according to the manufacturer’s
instructions and guidelines and standards of generic cabling systems. When terminating outlets, care must be
taken to avoid damaging the copper cores when stripping back the outer sheathing. Every computer table shall
have connectivity provisions with category-6 cables with adequate equipment.

3.4 Furniture

Computer lab environment is expected to be implemented with ensuring privacy by separating every node with
adequate space along with partitioning provisions. Every node would have comfortable chairs for longer sittings.
In addition, selected bidder has to ensure relevant furniture for installing required nos. of printers and registration
desk/ reception desk at Lab. Separate room for server would be available at Institution however in case of non-
availability of Server room, the bidder has to provide proper partitioning for Server and UPS in Lab area.

3.5 Surveillance

The bidder has to supply and commission the latest technology 4 MP IP CCTV surveillance system at every
computer lab covering each and every inside of lab. Minimum 2 cameras diagonally installed per 50 computers
shall be commissioned to ensure coverage of every aspect. Additional camera(s) is/are required to be provisioned
to cover Registration and Server areas.

3.6 Power Backup

Bidder has to install and commission the UPS capable enough to provide backup for Computer Lab for
minimum 15 minutes along with provision to connect with DG set of approx. 62.5 KVA for one lab for
uninterrupted power supply.

3.7 Safety Equipment

Page 20 of 79
K-G002/1/2023-OPS
I/1863/2024
Bidder has to ensure the availability of safety equipment such as fire alarm, fire extinguishers etc. towards
preventing from fire incidents and should be present on every floor.

Fire exit should be available at every floor and fire evacuation plan should be clearly visible at every floor.

Toilets for boys and girls shall be provided along with drinking water facilities. Separate toilet facilities should
be available at ground floor.

3.8 Baggage Management**

Bidder shall be asked to arrange a Baggage management facility for candidate belongings along with full proof
security outside the Entry gate of Exam centre or before the screening area. Selected bidder would be allowed
to provide this service directly to Candidate on chargeable basis to a maximum of INR 40.00 Per candidate at
each Exam centre.

Metal Storage / Boxes / shelves / rack to be provided to be placed against the building / entry to facilitate storage.

3.9 Food Kiosk**

Bidder could run Food kiosks in the vicinity of Exam centre at their own cost and could bill it to Candidates of
their own on MRP. FSSAI License is required.

3.10 Digital Advertisement**

Bidder could run Digital Advertisements through LED Boards in the vicinity of Exam centre at their own cost
and create revenue proposition for themselves. Digital Advertisements should be pre-approved by NTA
management committee.

**Note: Provision for Baggage management, Food Kiosk & Digital Advertisement has been allowed to the
Bidder to manage their own expenses and lower down the cost to the NTA in most effective & efficient manner.
4. ICT Commissioning

Bidder is required to supply, install, test and commission the required nos. of computers. The network
connectivity provision for every computer would be responsibility of the selected bidder. Accordingly selected
bidder has to setup the lab, and connect every node in the network with the local server connected to Internet.
Selected bidder should test the complete infrastructure and demonstrate its proper functioning before taking
signoff.

The bidder is required to provide overall Internet connection of minimum 10 Mbps speed at each Exam centre.
The backup Internet connection should be provisioned by the Bidder, to accommodate connectivity, in case of
primary Internet connection fails.

Local server would be established at every lab to ensure common functioning among every node and log
management.

5. Best Practices

Bidder should comply with below mentioned best practices while commissioning of centres:

a. External Display title would be provided by NTA to service provider and should be displayed outside
ensuring its visibility from a distance.

Page 21 of 79
K-G002/1/2023-OPS
I/1863/2024
b. If the no. of gates are more than 1 at any centre then Gates should be numbered and navigation should
be present. Security should be present at every center.

c. Parking facility should be there within a radius of 500 meters of Exam centre.

d. Crowd management facility should be there.

e. Appropriate Rope Line dividers with stands should be provided to guide the crowd in the required
direction.

f. Physical Handicapped (PH): Each Exam centre should be PH compliant and PH candidates should be
provisioned on ground floors.

g. Anti-skid flooring in PH nodes area should be provisioned.

h. Cardboard partitions between nodes should be avoided.

i. Emergency exits in case of exigency should be provisioned for the safety of candidates.

j. Selected Bidder has to create a ‘Pre-Audit Checklist’ for each Examination centre. All “Exam
Conducting Agency (ECA)” will be asked by NTA to review the respective Exam centre as per ‘Pre-
Audit Checklist’ before taking it over for operations purpose.

6. Manpower

The bidder through the selected agency has to provide the following personnel for the entire contract duration
for the smooth and uninterrupted conduct of online examination and educational activities/ by Institute
administration.

Exam Test Centre Capacity

S. Role Ratio Type of Up to 275 275 to 550 to 825 to


No. Manpower 550 825 1100

A Test Centre 1 : 550 Permanent 1 1 2 2


Administrator (for less 550
nodes, 1 Test
Center
Administrator
is mandatory)

B IT Manager 1 : 275 Permanent 1 2 3 4

C Electrician 1 : 550 Permanent 1 1 2 2

D Security 2 : 275 Permanent 2 4 6 8


Guard (24x7) (1 Shift)

E Support Staff 1 : 150 Permanent 2 4 6 8


(Group D)

Page 22 of 79
K-G002/1/2023-OPS
I/1863/2024

F Volunteer for 1 : 150 Exam Day 2 4 6 8


managing the Duty
crowd

S. No. Manpower Qualification & Experience

6.1 Test Centre Administrator At least Graduate in computer stream with Minimum 5
years of experience in lab management including
Infrastructure Management, Network Management,
Software Management, conducting examination etc.

6.2 IT Manager At least Graduate in computer stream with Minimum 3


years of experience in lab management including
Infrastructure Management, Network Management,
Software Management, conducting examination etc.

6.3 One peon and one security guard For all days at each centre
shall be provided

The Helpdesk (for ticket raising). The bidder is required to provide ticketing system for smooth operation of
computer labs at centres. Calls and/or tickets logged/raised over phone or directly by ticketing system would be
actioned within the specified timeline as specified. The tickets/calls will primarily be logged/raised by respective
ICT Lab/Centre representatives.

7. Invigilator Manpower

The bidder may maintain a pool of invigilators in their respective cities, which may be utilized as needed by the
Examination Conducting Agency (ECA) as per the existing market rates.

8. Maintenance, Warranty, Duration, Deliverable and Time Schedule

The bidder has to manage and maintain the complete ICT lab (in working condition) at all (or assigned)
centre’s/educational institutes covering electrical, computer hardware, software, network & Internet
connectivity and necessary infrastructure like UPS, Generator etc. on all 365 days of a year for the entire contract
period from the date of Go-Live.

Installation of software/upgrades/patches from time to time to keep the systems up to date. Immediate mitigation
strategies should be applied for identified threats/viruses/ malware/spywares to keep ICT labs free from
vulnerabilities.

The bidder has to ensure availability, accessibility and fully operational/functional state of IT infrastructure at
each (or assigned as part of the work order) centre/ institute 24x7 hrs for all 365 days, for examination and
training for full utilization. They have to ensure availability, accessibility and fully operational/functional state
of IT infrastructure at least 12 hrs before the commencement of the scheduled examination. Adequate tests and
Page 23 of 79
K-G002/1/2023-OPS
I/1863/2024
measures to be carried out on weekly basis to ensure health of IT infrastructure at assigned centres/locations.

9. Contract Term

a. NTA will formally place a Work Order for each Examination centre separately along with its details
such as No. of nodes, Location, Go-Live date of exam centre etc. Work order may be placed within 2
years’ time from the date of signing of agreement.

b. The Contract encompasses 12 months of implementation period and 5 years of execution period (after
Go-Live) for each Examination centre.

c. The contract will be signed for minimum period of 5 years for each Examination centre and thereafter
could be extended for further period of maximum 2 years (5+1+1) unless revoked, on mutual discussion
basis between NTA and Selected Bidder, only if satisfactory performance is found.

d. Bidder would not be allowed to negotiate on the minimum contract term period of 5 years for
each Exam centre created as part of this RFP.

10. Project Milestones

The Contract encompasses 12 months of implementation period for each Exam centre and 5 years of execution
period (after Go-Live).

1. Deliverables, Milestones and Time Schedule: The go live date should not be more than 90 days from
the date of award of contract. If delay is justified then Go Live date can be extended by further 90 days,

1.1 The bidder has to take the necessary approval of NTA or its authorized representative for Schematics
Diagram (Layout) before starting the implementation of the project.

1.2 The successful bidder will implement the project strictly as per the plan approved by the NTA. The
successful bidder shall carry out cabling work at such locations as may be decided by the NTA within
a specified period as specified in Instruction letter/LOI/Order.

1.3 As part of implementation, the successful bidder shall provide details of equipment that will be
incorporated in the proposed system, material and manpower as required.

1.4 The successful bidder shall provide the necessary technical support, Standard Operating Procedure
(SOP) and other information to the NTA in monitoring the proposed system applications. The NTA at
any time during the term of the Agreement should have access to the proposed sites.

1.5 The successful bidder may have to work during Holidays and Sundays, according to the urgency of
work. It will be the responsibility of the successful bidder to co-ordinate with the NTA and its User
Departments as necessary to execute the required job.

1.6 The successful bidder shall not disturb or damage the existing network of communication. If in case any
damage to the network is done, the same shall be corrected with no extra cost.

1.7 The successful bidder shall treat all matters connected with the contract strictly confidential and shall
undertake not to disclose, in any way, information, documents, technical data, experience and know-
how, without prior written permission from the NTA.
Page 24 of 79
K-G002/1/2023-OPS
I/1863/2024
1.8 Any damage caused to the property of the NTA or Educational institution during establishment of the
exam center shall be solely successful bidder’s responsibility. In case any damage to the property is
caused, the same will be rectified by the successful bidder on its own cost. No extra cost shall be paid
to the successful bidder for such reasons.

1.9 The successful bidder shall have to furnish the documentation of the work undertaken in consultation
with the NTA or Educational institution.

1.10 This Tender is a 5 (Five) years turnkey Service based contract with an extension clause as per RFP. The
successful bidder shall be fully responsible for implementing the project in totality and should include
the items, if not included in Schedule of Requirement to complete the project on turnkey basis. Any
claim whatsoever in this regard will not be entertained later on.

1.11 NTA reserve the right to visit any working site of the bidder with an advance intimation of at least 24
(Twenty Four) hours before the date of actual visit. The successful bidder has to make necessary
arrangement for the same.

1.12 The successful bidder shall be responsible and take required insurance for all of their representatives
working on the site at their own cost. The NTA will not be responsible for any loss or damage to any of
the representatives of the successful bidder during the said contract.

1.13 All work shall be performed and executed by the successful bidder in strict conformity with conditions
laid down in the tender and any relative instruction issued to the successful bidder by the NTA from
time to time.

1.14 The successful bidder shall organize the systematic training of selected personnel from the NTA’s office
on the operation / management of equipment.

1.15 REVIEW: The project would have a review on completion of 6 months from the date of project
commencement. The outcome of review may lead to increase in nos. of locations for selected bidder on
same cost and terms and conditions with relevant time as stated in project plan for implementation of
new computer labs.

1.16 Project Scalability Parameters:

Required quantities of computers, printers, relevant furniture and other provisions can be asked to
increase in a particular Examination center based on per lab location service cost quoted by bidder. In
case of scalability, NTA may ask for additional manpower to run the lab. The price quoted by bidder
shall become the basis for project scalability and hence cost quoted by bidder should be valid throughout
the contractual period.

Calculation for scaling shall be as under:

Node

Total nos. of nodes in a lab=275

Service Charges for running a lab for a Month = A

Service Charges for running a node for a Month “B” = A/275

Service Charges for running X nodes for a Month = B * X

Page 25 of 79
K-G002/1/2023-OPS
I/1863/2024
Labs

To set up extra labs, the payment will be given proportionally to the quoted price.

11. Payment Term

a. Payment for services shall be made in Indian National Rupees. Bidder has to quote “Per candidate per
shift” rate as exclusive of applicable GST in Financial bid.

b. The payments will be made exam centre wise on ‘Per Candidate per Shift’ basis as per the rates quoted
in financial bid.

c. The successful bidder would be required to raise an invoice on quarterly basis to NTA for each exam
centre after the completion of exam during the contract period.

d. All payments will be made to Bidder within 90 days from the date of Invoice. In case of any ambiguity
in invoice then NTA will inform the Bidder in writing immediately within 30 days from the receiving
date of Invoice.

e. The excess/shortfall in minimum guarantee of 540 shifts (if any) will be calculated in last quarter of
each financial year.

f. Successful bidder would be allowed to raise

• Minimum bill “Per Examination centre” =

(No. of nodes * ‘Min. of 540 shifts’ * ‘Per Shift rate’) * (365 – ‘No. of Days as on Go-Live date’)
365

created for NTA/Partnering body in a year OR on actual basis, if the booking exceeds shift
count of 540 in a year.

• This facility would be provided to successful Bidder for the management of Exam centres round
the clock over the year. (Note: A year is defined as Financial year period i.e. April 01 to March
31.)

• In case of Go-Live date would be May 01, 2023 then “No. of Days as on Go-Live date” = (365
– 30) = 335. For example, in case of 500 nodes per Exam centre then Bidder can bill minimum
INR amount of (500 x 540 x ‘Per Shift quoted rate’) * 335/365

• Calculation of 540 is basis an assumption of “3-shifts exam will be conducted on 15 days per
month” i.e. (15x3) =45 shifts per month x 12 months.

• Go-Live date = ‘Day of written acceptance by NTA official’ or ‘Date of 1st Exam conducted in
that specific Exam centre’, whichever is earlier (Refer Annexure – M).

• If any other activity other than the Examination event is planned in the specific exam center "
centre, the Bidder will be allowed to bill for No. of nodes used for Single Shift quote price for
every 8 hours of official usage of that specific Exam centre

g. In case of any Exam activity/Event gets postponed or cancel due to circumstances not pertaining to
Successful bidder can raise an Invoice as per below:

Page 26 of 79
K-G002/1/2023-OPS
I/1863/2024

*Exam gets cancel or postpone Amount which could be claimed by Bidder

BEFORE THE EXAM DATE

On 15th day of Exam date 25%

Between 10-14 days of Exam date 50%

Between 2-10 days of Exam date 75%

ON THE EXAM DATE

On the Exam day or mock day 100%

AFTER THE EXAM DATE

If the Exam conduction has been concluded and 100%


still Department decides to cancel the Examination

Note - NTA hereby agrees, declares and guarantees to pay the successful bidder for a minimum of 540
shifts in a year. For the purpose of calculation of 540 shifts any bookings done by Partnering Govt
Bodies and private organizations will also be considered.

12. Penalty Term

a. NTA expects full commitment from the selected bidder on maintaining the secrecy and integrity of the
examination process.

b. If the exam activity at any specific exam center is compromised due to reasons involving the Selected
Bidder, NTA may take appropriate action against the specific exam centre.

c. The selected bidder will also bear responsibility for any legal proceedings that result from reasons
involving default by the selected bidder.

S. NO. DETAIL PENALTY COULD BE IMPOSED UP TO

1 In case of Exam activity couldn’t be Minimum guarantee of 540 shifts will be


initiated / conducted in that specific reduced by 5 shifts per every affected exam
Exam centre due to the reason involving shift
Selected Bidder in any exam shift.

2 In case of Exam activity event gets Minimum guarantee of 540 shifts will be
compromised in that specific Exam reduced by 20 shifts per every affected
centre due to the reason involving exam shift
Selected Bidder in any exam shift.

Page 27 of 79
K-G002/1/2023-OPS
I/1863/2024

3 In case of non-functioning of AC or A penalty of 1% of the fee per affected


camera or backup or any other exam shift will be deducted for the exam
malfunctioning etc center until the malfunction is resolved

4 In case of delay or disruption in any exam A penalty of 5% of the fee per affected
shift due to any reason involving Selected exam shift will be deducted for the exam
Bidder center until the malfunction is resolved

Page 28 of 79
K-G002/1/2023-OPS
I/1863/2024

SECTION V: PROJECT IMPLEMENTATION GUIDELINES

Below are the Project Execution Guidelines for the bidder to review and follow:

1. Premises

a) The site premise must be accessible with Public Transport Facilities with good frequency.

b) Distance from city bus stand / station should be within 20 KMS. Can be reached by using max two
public transport mode.

c) Site approach should not experience water logging during rainy season.

d) Should not be located in Noisy areas like markets, main roads, Commercial complex, Malls.

e) Site should not be near/in same building with Marriage Halls.

f) Approach Road to site should be more than or equal to 12 feet, must be paved one, no kacha-rasta.

g) In case of multi-tenant building, the site needs to have dedicated exclusive stairs cases ensuring no
mixing of candidates.

h) In case of site at Colleges, approach/staircases need to be dedicated ensuring no mixing of candidates


with lockable floor access and defines holding area for candidate screening.

i) There is no wine / Pan shop / Temple / Mosque / animal shelter/ Jail etc within 200 meters of site.

j) There is no disco / clubs and big Restaurant within 200 meters of site.

k) Site should not be near a sensitive area like court complex etc. which attracts high foot fall.

l) Should not be located near Garbage dumps / big drains / Smokey area etc.

m) The area of the all Labs, UPS & Server rooms allocated must have “Exclusive Access” with Lock &
Key.

n) Should not be located near chemical processing plants, crushers & heavy construction sites.

o) Scrolling (Railway station like) display required for sites with 798 plus nodes.

p) Parking area should be available in the vicinity (Within 500 meters) without creating any Public
nuisance or objection from Traffic authorities with onsite parking provision for NTA staff and ECA
staff. (Onsite parking to be on Non-Chargeable Basis)

q) Should not be in an isolated remote area.

r) Site should not be in area with known prolong power cuts.

s) Site should have sufficient space for holding area and screening area in front of the gate so that while
screening documents, Crowd building / Traffic Blockage can be avoided. There should be sufficient
space for Candidate assembling. The holding area and verification area needs to be separated and
demarcated in the layout plans.

t) Site needs to have restricted access in the form of boundary wall or restricted access (Lock & Key) to
floors housing the assessment halls.

Page 29 of 79
K-G002/1/2023-OPS
I/1863/2024
u) All floors on the site should have provisioning for emergency fire exits.

v) Staircase steps should be of adequate length and width (minimum 5 feet Wide for small site of 275
nodes)

w) Access to staircase should not be blocked by channel gates, need to have lockable gates.

x) Halls need to have doors/exits as much far apart from each other.

y) Floor needs to be tiled or Kota stone, best option would be to have anti-skid type floors, should not have
cemented /vinyl flooring mats.

z) All electrical cables need to be properly dressed and in proper casing and not hanging or on path ways.

aa) Washrooms should not be far from exam halls, should not open inside exam halls along with CCTV
coverage on pathways.

bb) Dedicated Washrooms need to be provisioned separately for gents & ladies on every floor & cannot be
shared; washrooms have to be in the same building as the exam halls.

cc) Water dispensers with Refrigerated clean water need to be provisioned and should meet the minimum
capacity per 275 nodes, the capacity of cold water storage will increase proportionately with the size of
the nodes.

dd) Multi-floors with Independent stairs need to be provided along with independent emergency staircases,
Any Multi-Tenant/ Shared floors need to be approved by NTA before site is finalised. The holding area
and verification area needs to be separated and demarcated in the layout plans.

ee) Basement/Lower ground floor Locations are NOT allowed.

ff) All PH candidates must be on the ground floor only with PH toilet facilities (1 Per 275 Set), lifts will
not serve the purpose in-case of an emergency.

gg) All corridors, approach to wash rooms need to be covered by CCTV so that there is no blind spot left
and candidates are covered while on premises.

hh) For cities with multiple sites, PH count of the entire city can be planned at one or more sites, there is no
compulsion that all sites need to have PH.

ii) Anti-Skid Flooring in PH Nodes Area. All PH floors in the exam hall/PH approach and toilets need to
have anti-skid tiles/flooring.

jj) Must have holding Area (reasonable considering multiple of 275 nodes) before finalising the site. The
holding area and verification area needs to be separated and demarcated in the layout plans and duly
approved before work starts.

kk) Sites should have Reception area / Holding Area / and waiting area, same needs to be approved before
going ahead with sites. Should be marked in layout plan for approval. (Reception should have at-least
250 Sq Ft dedicated Space , Holding Area should have at least 800 SQF (275 Size), 1600 SQF (550
Size) & 2000 SQF for 825 size and above, waiting area outside the premises should be big enough to
accommodate waiting candidates ensuring that road/pathways do not get blocked)

ll) For sites with 825 nodes and above count, conference rooms/Command Centre (Monitoring)-10 node
with 42 inches LED Display Screen supported by networking/CCTV/ intercom extension to be provided
Page 30 of 79
K-G002/1/2023-OPS
I/1863/2024
(Space of 150-200 sq.ft. including table )

mm) Ensure Holding/ Verification/ Registration Area is identified in the layout plans. Moveable barriers of
at least 4 Feet in height with the message “Silence - Exams in Progress” pasted on them are to be used
for managing crowd & for segregating the examinations halls from the main building/holding area. Rope
barriers are not allowed for segregation of crowd/ space.

nn) Venue head should lock and seal the labs and server room and any other room as deemed fit, at the end
of the day. Need to have a Key Manager covered under CCTV.

oo) All the keys to be put in a box and the same again needs to be locked and sealed, Keys of this box should
be there with the security , Venue head as well as security in-charge should have one set each of building
/ campus keys.

pp) In case University is operating their office from the same campus, then University needs to have separate
LAN and power supply connection. None of the University PCs can be on same LAN as of Exam Lab.
Entry to University office should not be intrusive to the exam centre.

qq) There should be at least two people to close and open the Venue, one must be security Guard.

rr) A log book should be maintained for the purpose, should be signed by at least two people every time.

ss) Besides the internal walls of the assessment halls for which Colour codes would be discussed later at
the Layout finalization stage, all other walls including corridors, walk ways, etc. may be painted in plain
white Colour. Repainting to be done every 30 months. Wall paintings to be done using established
brands only e.g. Asian/Berger/Dulux/Nerolac/Jenson & Nicholson/Shalimar/Asghar Paints/British
Paints/Sheenlac Paints/Jotun Paints.

tt) Walls and path approaching halls should be kept clean and freshly painted at the time of hand over and
repainted after every 30 months or earlier if they become dirty.

uu) Washroom count has to be complete as per the requirement with Gents /Ladies PH washrooms on every
floor, with complete entry exit and approach to the washroom to be covered by CCTV.

vv) Provision for 3 w/cs for ladies, 2 w/cs and 4 urinals for gents, 1 for PH candidates per 275 nodes for
exclusive use of Exam centres. In case of higher count of nodes at the site, the requirement of washrooms
will increase in the same ratio.

ww) All standard WC dimension must have a minimum of 450mm diameter maneuvering space within the
cubicle with minimum standard size of – 850 mm wide X 1500 mm deep.

xx) PH toilets should have extra space for Wheel chair movement and hand rail for support.

Page 31 of 79
K-G002/1/2023-OPS
I/1863/2024
yy) Ladies frisking areas needs to be marked and provided with curtains/visual barrier shields.

2. LAB Layouts

a) Labs must have 2 Doors One for Entry, One for Exit placed at two ends of the exam hall/class room.

b) The distance between:

• Edge of Row 1 and Edge of Row 2 @ 6Feet,

• Distances in between Series of running desk in rows at 4 Feet are to be maintained

c) The minimum white board size should be minimum 5” x 4” and should be in accordance with the size
of the hall and kept at levels which make the white board visible from the last row of the class/hall
(visible to all).

d) Ventilation + Cross Ventilation to keep halls fresh and cool should be adequate all through the year
including peak summer season, to be done using exhaust fans etc. The ventilation/cross ventilation need
to be opposite each other.

e) Exhaust Provisions to be made adequately. It is recommended to fix at every 2.5 meters distance on two
sides of the exam halls and two feet above the windows. Select 24 Inches or 30 Inches exhaust system
for effective cross ventilation to take place. It is be ensured that the noise levels do not cross 60-65
Decibels.

f) LED Lighting preferably or CFL.

g) Ceiling fans should have a head clearance of 600–900 mm for safety. Fan positioning should be on top
of the nodes and not cover only the aisle space. Fans Ratio to be used is one fan for every 12 candidate
nodes with a minimum of 25 per site of 275 nodes. However, in case the ceiling fan falls or causes any
loss or damage or injury, then successful bidder, its employees or agents shall not be held responsible
for the same.

h) 1:50 ratio for Medical kit, fully stocked, usable items all the time. (Within Expiry date) Should be
available with Centre head.

i) Basic electrical fire fighting to be placed across exam halls, pathways, reception, DG Area(Fire
Extinguishers in every lab hall ways and reception at a maximum distance of 12 meters from the next
Extinguishers in the same hall, @ 4.5KG CO2 Type)

j) For a 275 nodes site, ensure four cold water dispenser of ISI mark is available with RO / pure potable

Page 32 of 79
K-G002/1/2023-OPS
I/1863/2024
water. Proper Earthling to be done for dispensers.

3. Furniture

a) Fixed size and design for work stations along with ply Color codes should be finalized at the layout
finalization stage in designing the furniture. Arm Less Chairs without wheels with Good Strong Quality
of Frames, Nylon Base with Cushion Node & cushion back in foam with fabric upholstery.

b) Desk size 3x2x1.5 must be maintained at all times with modesty screen.

c) 2 UPS based Power Source (without Switch) to be provisioned.

d) 1x Data Point to be provisioned.

e) EMI Interference should be avoided at all times, with minimum 9 inches with conduits or preferably 20
inches in channeling.

f) Lab layout plans need to be checked for distance between rows, aisle width, desk lengths, table heights,
removable partitions needs to be cleared.

g) Need to ensure that the furniture is good enough to lasts for the entire seven years’ contract period, will
have to get the same replaced if they break down during the contract period.

4. Premise Branding

a) Signage to be placed at proper space as per guidelines.

b) Centre(s) to be tagged in Google Maps.

5. Manpower

a) Ensure availability of Adequate Personnel to cater to 24*7 security, housekeeping & power
maintenance.

b) 4 permanent staff for every 275 nodes (One Set), for multiple sets at a single location the total count of
people will accordingly increase however roles of these people need to be decided locally i.e. if we have
a 1064 sets up then we will be provided 16 manpower, zones need to decide how many of these need to
be helpers, peons, guards, electricians etc.

c) Associates being provided by the successful bidder need to be screened and interviewed, to give on the
Letterhead the Names of Associates assigned. Associate candidates would get police self-verification
before joining the duty; this is to be done from his/her respective Local Police station or by filling online
Page 33 of 79
K-G002/1/2023-OPS
I/1863/2024
and then getting the acknowledgement copy.

d) All Invigilators & Volunteer will be provided by the successful bidder on demand basis.

6. Storage

a) Two brand new storage almirahs for every 275 nodes.

b) In case of multiple sets, the requirement can be replaced with a lockable spares storage room with lock
and key exclusively used for stock storage purpose.

7. Server Room

a) 1.0 Ton AC Per 275 Nodes Set.

b) In case the UPS & Server rooms are separate, then two units of ACs with capacity of Max 1Ton Each
are to be used with 5 star BES rating.

c) Purchase not more than 90 day from date of installation. Features including Auto Clean, Exhaust and
AMC can be in place.

8. Power Matrix

a) Quick Reference for Raw Power, UPS, and DG is mentioned below.

b) In Multi-Tenant Environment the Power is to be Ensured being available Dedicated Over and above the
Maximum (Peak) load in use + 20% Buffer.

c) For all sites with more than three sets i.e. 825 nodes and above, there is a requirement of an energy
meter to be installed. The advantage of this device is that it provided complete data on the usage trend
and supports identification of cases where there is leakage of power usage/theft or increased power
consumption in case of defective infra components.

EB Raw Power
Minimum required

Nodes In KW KVA –Dedicated UPS – KVA D.G - KVA

275 66 82.5 60 82.5


375 90 110 90 125
550 132 165 120 165
675 176 220 160 220
800 200 250 180 250
925 240 300 200 300
1075 280 350 250 350
1350 320 400 300 400
1625 400 500 400 500
1875 480 600 450 600
Page 34 of 79
K-G002/1/2023-OPS
I/1863/2024
d) Raw Power from Power Companies is mandatory.

e) Should there be alternate energy in consideration the same to be notified prior.

f) The DG, UPS Sizing shall vary depending on Manufacturer. Above matrix is for Reference only.

9. Diesel Generator

a) Must have IMF/AMF (inline or auto mains Failure).

b) DG monitoring Device to be included.

c) Remote Management Software (RMS) enabling PDF report of the DG health and Diesel Consumption
in litre / duration/average to be connected through Ethernet LAN for IP Networking and access through
WAN.

10. UPS and Battery

a) For a 275: Standalone or Modular to be provided under air-conditioned environment

b) For Multiples of 275 nodes: Either Modular as per capacity or Multiple Standalone Preferred.

c) Position near to Wash Area / Below Staircase / Basement is not allowed.

d) IGBT Technology, ISOLATION Transformer (depending on manufacturer internal/external), SMNP


Monitoring Accessory included & activated.

e) Batteries of 15 Minutes duration must be available during the entire 60 Month contract period. The AH,
Stack Quantity needs to be taken with Caution from OEM’s.

Nodes at UPS Capacity in (KVA) Modular UPS capacity in KVA


Site required at the Site

275 60 60 KVA (20 KVA * 3 Modules)

550 120 120KVA (30KVA* 4 Module) OR 60KVA X 2 Sets

825 160 60KVA X 3 Set Or 80/90KVA X 2 sets Or 180KVA (30


KVA * 6 Module)

1100 210 210KVA (30KVA *7 Modules) OR 120 KVA X 2 Sets


OR 60KVA X 4 Sets

1375 270 270 KVA X 1 set or 80/90 KVA*3 sets

1650 320 80/90 KVA X 4 Set Or 120 KVA X 3 Sets Or 60 KVA


X 6 Set

1925 400 80/90 KVA*5 sets Or 60 KVA X 7 Sets

2200 420 80/90 KVA X 5 or 60 KVA X 7 Sets

2475 480 120 KVA X 4 Sets Or 60 KVA X8 Sets

2750 540 90 KVA X 6 Sets Or 120 KVA X 5 Sets Or 60 KVA X


9Sets

Page 35 of 79
K-G002/1/2023-OPS
I/1863/2024

3025 600 120 KVA X 5 Sets Or 60 KVA X 10 Sets

3300 640 80/90 KVA X 8 Sets

3575 700 120 KVA X 6 Sets

3850 750 80/90 KVA X 9 Sets

11. Power Schematics, Electrical Fan, Lighting, Wiring Distribution

a) Plastic casing should not be used for dressing the cables as they add to the smoke in-case of fire.

12. Communication: Intercom

a) Number of intercom terminals to be maintained should be equivalent to the number of invigilators or 1


per 30 candidates

b) There might be big hall with (say) 100 plus candidates, intercom terminals will be appropriately placed
so that they could be reached immediately when required. (Unhindered access required).

c) College intercom is not to be used due to security concerns, one Land Line connection to be provided
and connected to the intercom system.

d) Independent small Intercom systems to be used to provide connectivity within the halls.

13. Communication: WAN

a) There should be two broadband links (preferred from two different ISP’s) for each Exam centre
considering internet redundancy.

b) There should be minimum 2 routable Public IP addresses required per ISP broadband link for internal
LAN purpose.

c) For initial level, internet bandwidth can be consider as 10 Mbps based on usage which could be
increased further.

d) Must have 29 public IP routable Subnet which gives us 6 Public IP addresses per Link.

e) The broadband router model should have feature set like in built stateful firewall, NAT/PAT, VPN.

14. Communication: Public Address System (PAS)


Page 36 of 79
K-G002/1/2023-OPS
I/1863/2024
a) At Gates & assembly area

b) Corridor Area

c) Lab Area

d) Models with “Switching over” to Multiple Sets of 275 in multiple floors enabling Operational
efficiency.

15. PC and Laptop

a) PC / Laptop should be provisioned.

b) Approved PC Models. Acer, Dell, HP, Lenovo are OEMs in consideration.

c) Laptops to be have Linux OS and be loaded with Anti-virus

d) Intel Core i3 or above, 4 GB RAM, 256 GB HDD, 14” HD LED Backlit Screen, Webcam, Linux OS,
USB Optical Mouse.

e) There will be revisions and updates on additional models as and when possible to be taken note of.

f) Server specs and Hard Disk storage should be adequate to handle the Exam Software application and
Candidate responses.

g) One server machine with HDD Storage to be provisioned for 275 nodes.

h) 802.1x protocol to made default so that device access could be monitored.

i) System and Functional Logs to maintained for each Server as well as PC machine.

16. Anti-virus

a) AV & Remote Agent as a Single Product. (Out of the PCs being provided (274+1PC), 1 PC per Centre
is to be kept aside for e-scan & support management, One Windows OS (Windows 10 / Windows 8.1 /
Windows 8) has to be loaded for this purpose only, browser need to be Internet Explorer 7 / 8 / 9 / 10
Firefox 14 & above Google Chrome latest version

b) AV to be provided for all nodes and Laptops.

17. Web Camera and Biometric

a) Exam centre should have Bio Metric / Web cam, Biometric devices (Fingerprint/IRIS/ FR) models in
place.

b) 1 per 30 Nodes.

18. Monitoring and Device backup

a) For Log analysis and monitoring, syslog tool should be used and separate server should be allocated for
the same in management VLAN.

b) For health monitoring of all network devices PRTG should be use and needs to be configured in
Management VLAN.
Page 37 of 79
K-G002/1/2023-OPS
I/1863/2024
c) Traffic on all uplinks between access layer switch and core/distribution layer switches, all ports
connected to server must be monitored with PRTG.

d) All network devices configuration backup should be taken on weekly basis.

19. IT Networking

a) Topology: Star – 100%

b) Architecture: in Two Tier for <1100, that is up to 825 Exam Nodes

c) Design: Distributed Rack Design is most preferred

d) Layout: Considering Sets of 275 and Each 275 has a PH provision of 10% the Connectivity needs to
have provisions accordingly. Networking cables on the ground need to be properly dressed and
concealed i.e. should not be exposed especially at the end of the table rows as they are potential risks
for accidents.

20. Structured Cabling

a) CAT 6 with redundancy of Primary Uplink, Secondary Link in separate Exclusive Paths to be taken
care including access from PH locations.

b) Positioning of Server room rack should be preferably in radius of less than 80 Meters of Uplink to ensure
its Copper Cabling. As far as possible Fibre is to be avoided, Should Fibre be a necessity then Only
Transceivers on Ethernet Switches to be the Connectivity.

c) Media Converters as Fibre to Copper Connectivity is not recommended.

d) The cables used for connection should be CAT-6 cables all pair 100%bare copper UTP which covers
maximum distance of 100 meters.

e) Use specific coloured CAT6 or Fiber cables for Uplink connectivity between Core and access switches.
Spare Fiber SFP port should be available at site.

f) Use specific coloured CAT6 cables (Red/Blue/Grey/Yellow/Green) for uplink connectivity between
access switches and Distribution Switches.

g) All Patch cord should be Moulded factory crimped 24AWG standard 100% Bare copper all four pair.

h) The colour coding should be used as per industry standards between Switch to Switch and Switch to
end user machine.

i) Network wiring should be installed in a structured manner and should be well labeled.

j) LAN cables should be crimped with R45 connectors. These high performance cables ensure the data
within the cable will be protected from EMI resulting high speed and better transmission as per below
diagram

Page 38 of 79
K-G002/1/2023-OPS
I/1863/2024

CAT 6 UTP 23 AWG 100% bare


Copper on all 4 pairs.

CAT 6 UTP patch chord stranded


24 AWG factory moulded 100%
bare copper on all 4 pairs

k) Network UTP wiring between communications uplinks and end stations should not be more than 100
meters. If it is exceeding 100 Meters use Fiber uplink with Single Mode/Multi mode.

l) Identify the Switch uplinks and should be properly labeled, to avoid loop free network.

m) Uplink from Access Layer switches to Distribution/Core layer Switch should be on Gig Port.

n) Cable length should be computed as per the site layout.

o) There should be sufficient number of spare Patch cords and switches available onsite. Additional uplink
cable to be laid between the main control room and other LAB rooms where access switches are placed.

p) Network topology and physical infrastructure documentation should be available in electronic format.

q) Power Cabling:

• All switches should have dual power supply source or in case should have static power switch
in place to avoid power fluctuations.

• UPS power shall be made available for all the switches/Racks

• The node points have to be uniformly distributed in the available space accordingly the power
points have to be provisioned.

21. IT Network topology and architecture

a) The network topology model proposed for the centres is core-distribution-access topology. The network
traffic flow will be in the standard of Client and Server architecture.

b) The network model consists of two methods Three tier architecture and two tier architecture (collapse
core architecture). The bench mark to go for three tier architecture should be 1000 and above nodes.

c) One application server will cater load of maximum 275 nodes.

d) For any new upcoming sites with node count of 500 and above per floor if facility available with dual
server rooms (per floor), all outside racks can be placed in individual server room area for healthy
temperature and AC ventilation.

e) Note: All end node cabling towards racks needs to be provision according to the same.

f) Below 1000 nodes advice to go for two tier architecture.

• Three tier architecture in which core switch should be connected to distribution switch which
Page 39 of 79
K-G002/1/2023-OPS
I/1863/2024
in turn connects to access switches. Each Distribution switch set (primary and secondary) will
connect to multiple access switches up to 275 nodes. In a Network, if there are 1100 nodes, four
sets of distribution switches shall be used. If the network has 1375 nodes, five sets of
distribution switches shall be used.

• The Primary server of each set of 275 nodes shall connect to primary distribution switch and
backup server should connect to backup distribution switch as depicted in diagram. For certain
special applications, where all labs needs to be combined and operate as single network, the
required application server will be connected to Core switch.

• Collapse core architecture in which both primary and secondary server connected to distribution
switch in which no core switching place instead all access layer switches should connected to
distribution layer switch as depicted in below diagram. Each Distribution switch set (primary
and secondary) will connect to multiple access switches up to 275 nodes. In a Network, if there
are 550 nodes, two sets of distribution switches shall be used. If the network has 825 nodes,
three sets of distribution switches shall be used.

g) Three tier architecture in which core switch should be connected to distribution switch which in turn
connects to access switches. Each Distribution switch set (primary and secondary) will connect to
multiple access switches up to 275 nodes. In a Network, if there are 1100 nodes, four sets of distribution
Page 40 of 79
K-G002/1/2023-OPS
I/1863/2024
switches shall be used. If the network has 1375 nodes, five sets of distribution switches shall be used.

h) The Primary server of each set of 275 nodes shall connect to primary distribution switch and backup
server should connect to backup distribution switch as depicted in diagram. For certain special
applications, where all labs need to be combined and operate as single network, the required application
server will be connected to Core switch.

i) Functionality and redundancy:

• Redundancy should maintain for core, distribution and access layer by configuring
HSRP/VRRP high availability setup between core switches.

• Spanning tree should be configured for all the switches in order to avoid looping in the network.

• Spanning tree root Bridge should be primary core/distribution switch on which Primary server
connected and secondary core/distribution switch should be backup root bridge on which
backup server is connected.

• Both Primary and secondary core/distribution switch should have dual cable connectivity with
each other using 1Gig or 10Gig copper or fiber with ether channel bundled.

• All Distribution switches should be connected to both primary and secondary core using 1Gig
links to maintain redundancy with spanning tree.

• All Access layer switches should connected to both distribution switches with minimum 1 Gig
uplinks.

• For all Distribution and Access switches uplink port and cables should be minimum 1 Gig with
full duplex.

• End host ports on access layer switches should be configured as spanning tree port fast mode.

• Secured mode should be configured as transparent mode for all switches in order to add any
new switch in the network it should be first configured as transparent mode.

• Root guard should be enabled on all Access switch uplink ports which are connected to
distribution switches.

• Note – Root guard should not be enabled on back to back link between two Core/Distribution
switches.

• Per LAB 5% free switch ports and LAN Patch cord should kept in spare.

• BPDU guard should not be enabled on any of the distribution switches.

• The DHCP and Netboot facility must be available for all the 275 Systems.

• There will be one DHCP/Netboot server in place per 275 Nodes from which end machines get
booted and launcher gets launched for the exam.

• Assessment LAN should be divided physically with 275 nodes in each physical LAN.

• DHCP Snooping needs to be disabled on all switches.

• In Three/Two tier architecture Assessment server of per VLAN should always be connected to

Page 41 of 79
K-G002/1/2023-OPS
I/1863/2024
Distribution switch, e.g. If there are 1000 nodes 4 logically separated VLAN’s will be
configured at Distribution/Core Layer in which 4 different DHCP/Net boot servers will be in
place.

j) Core Layer design:

• The data center core design should provide high-speed switching backplane for all flows in and
out.

• The partner should design core layer for resilient Layer3 routing with no single point of failure
and rapid convergence around link failure.

k) Distribution layer design:

• This layer provides Layer3 and Layer2 boundary of the infrastructure linking Layer2 broadcast
domain to Layer3 broadcast domain.

• The partner should achieve resiliency in the event of the link, interface or switch failure.

l) Access layer design:

• Provides connectivity for end users residing on the floors this allows the function of logical
layer2 access layer to span multiple physical devices.

• Spanning tree port fast must be enabled on each and every end host port.

m) Scalability:

• The three tier architecture should be scalable in terms of Distribution and access layer.

• The access layer switches should be increased as per the requirement and will be place with
dual connectivity to both distribution switches.

• There should be free space available in each rack cabinet for future new switch provision.

• The distance between core-distribution-access and distribution-access should not be cross 100
meters.

n) Performance and reliability:

• To maintain healthy performance and reliability for all network devices should be interconnects
each other using minimum1Gig uplink ports with redundancy in place.

• The backplane capacity of Core and distribution layer switch should be high and reliable to
process heavy load of network traffic.

• All uplinks should be configured as auto speed and full duplex mode.

• All uplink should be labeled properly which is easier for identification of affected cable or port.

o) Manageability:

• All switches should have separate IP address schema assigned to take remote access for
management purpose.

• The server and client (end user) should be on different VLAN than the management VLAN.

Page 42 of 79
K-G002/1/2023-OPS
I/1863/2024
• Remote access to the switches should be provided for the specific machines so that only network
administrator can able to get access to the devices.

• Remote access should be available only via SSH and telnet should be disabled.

• Network switch logs should be maintained and shared with NTA.

p) Security:

• All network devices should have access only for authorized network person’s machines IP, ID
using access-class permitted on each device.

• Devices remote access should be via SSH with 2048 bit and not via Telnet.

• All rack/cabinet should be protected using glass and only authorized person should have access
to operate it.

• Port security (MAC address sticky with minimum count 2) should be configured on all the
access layer switches excluding the uplink ports to distribution switches.

• All unwanted/ not connected switch ports should be kept in shut down state.

• The SNMP community string should be configured as read-only for monitoring the device.

• While adding any new switch in production environment make sure it is harden as per attached
security guidelines and should be configured as transparent mode.

• Network rack should always be kept in locked condition access to the same should be authorized
persons. And Switches +Rack should be earthed.

• All access layer switches setup in LAB location should be placed in dust free and good
ventilated cabinets as per below diagram

22. IP Schema

a) Different IP pool should be used for netboot and different IP series should be assign in advance to all
the Windows and Ubuntu systems.

b) Max node count in one VLAN : 275

c) Max node count in one LAB : 250

d) Significance of octets

Page 43 of 79
K-G002/1/2023-OPS
I/1863/2024

23. Racks

e) Rack must be positioned with “Enough headroom” from floor level and must have clearance area.

f) Rack must be positioned where their Ventilation + Cross Ventilation + Exhaust.

g) Racks MUST have 2xFans, The Perforation on the RACKS on the Side / Top must be provisioned for
“dissipation”

h) RACK Position MUST be avoided where there is Direct Sunlight.

i) Racks should not be fully loaded. NONE of the Switches should be loaded to FULL capacity.

j) 48 Port must NOT be loaded beyond 44 Ports. 24 Port Must NOT be loaded beyond 22 Ports.

k) Patch Panel – to be 24 Port for Ease of Management.

l) PVC/ABS Cable Manager must be used

m) RACK should be Number with Node numbering. Of BOLD Visible Sticker.

n) Preferably Design should be to assign in One VLAN only.

o) Two VLANS in Same Switch should be avoided.

p) Should the design require 2 VLANS on Same RACK then Use Lower Count switch (24 Port and avoid
as much as possible) for ease of SLA Management.

q) Surveillance racks preferably to be Separate.

r) If POE – Switches are being used, move to 6 U independent Rack as typically these switches work at
185 to 380Watts to give Power to Cameras.

s) Rack Sizes: 12U, 9U, 6U for Wall Mount.

t) Loading:

• 12U – 2x48 Port (1U) version.

• 12 U – 1x48 Port and 1x 24 Port (1 U) Version.

• 9 U – 1x48 Port

• 9 U- 2x 24 Port.

• 6 U – 1x 24 Port.

u) For SLA Management Console Access must be provided for if the Console Port is on the Rear of the
Switch.

Page 44 of 79
K-G002/1/2023-OPS
I/1863/2024
v) All Network switches should be placed within the server room/hub rooms with a ratio of two server/hubs
rooms per 275 nodes, these server rooms /hub rooms need to be air-conditioned.

24. Ethernet Switching

a) There will be a spare access Maximum Configuration of Switch (example 48 Port or 2x24 Port)
managed switch available 1 Per 275 nodes, which is not powered ON, but preconfigured and can be
used as spare switch in case any of the switches fails.

b) The duplex settings on Core/Access switches should be full duplex with speed 100/1000 Mbps.

c) There should not be Cascaded switches in the architecture. If there are switches connected in daisy-
chain manner, it should be converted to Hub- and-Spoke topology.

d) Assessment Server should be connected to the Core/Distribution Switch on Gig Port.

e) All switches should be placed in small rack depending on the location and connectivity to core switch
with healthy power sources and AC ventilation.

f) All Network switches should be placed within the server room/hub rooms only with a ratio of two
server/hubs rooms per 275 nodes, these server rooms /hub rooms need to be air-conditioned (ACs
electricity cost will be borne by Selected Bidder), this would be applicable for all new sites being
designed. All Higher end versions of the Platform Models referred can be used.

25. IP Surveillance, Storage, VMS

a) Surveillance IP cameras @1 Per 24 Candidates-Minimum giving clear view of all candidates.

b) Camera model should be matching (4MP or higher, H.265, 80 Degrees View, 30Mtrs I/R, H.265,
Samba, Indoor/Outdoor Bullet, IP66 rated).

c) Zero Blind Spot design to be achieved, the final count of Surveillance IP cameras can come down
depending on the recommendation.

d) Surveillance HDD Storage capacity to be at least 1TB, "Spread across labs, walkways, crossovers,
reception, assembly area, and gates.

e) VMS PC for Monitoring with Windows version loaded on One System to be available in Server room.

f) Seamless interoperability between IP Cameras, HDD, VMS to be ensured with Cloud Adoption
facilities and through USB to push recorded footage to the External storage devices such as Pen Drive
or External HDD.

g) Redundancy of footage storage is through VMS –PC.

h) VMS-PC to support Windows and this will be for Live Monitoring whenever required.

i) Biometric Devices to be used is Finger Print Scanner & USB Interface-Ubuntu friendly.

26. WAN Routers and Firewalls

a) Minimum 10 Mbps WAN Link should be allocated preferably dedicated link.

Page 45 of 79
K-G002/1/2023-OPS
I/1863/2024
b) Router should be able to handle 10MB bandwidth and Router Platform choice should be proportion
multiples of 265 Nodes usage.

c) Dual Internet Link Scenario:

• In case of Dual Internet links, each link should be terminated on different router.

• Each router must be connected to L2 Switch with switches interconnected as shown in below
figure.

• HSRP/VRRP must be configured for load balancing

d) Scalability to provide Failover and Fall-back with alternate Selected Bidder, live or standby spare
Router to be maintained as per business needs.

27. Printer and Scanner

e) We recommend a 40 PPM printer for all centres, however for small centres i.e. only up to 275 Nodes
size we can have a printer with reduced printing capacity i.e. a minimum of 16 PPM capacity. Scanner
(1 Unit per 275 nodes) should support Barcode reading & ADFs

f) Bidder to ensure Printer Qty as per guidelines and details given below

• 1x16PPM for 275

• 1x16PPM + 1x40PPM for 550

• 2x16PPM + 1x40PPM for 825

• 2x40PPM+1x16PPM for 1100

g) Bidder to ensure Scanner (Supports Barcode reading & ADFs) Qty as per guidelines and details given
below

• 1@275

• 2@550

• 2@825

• 3@1100

28. Fire Exits

a) Need to ensure that all sites should have fire exit charts guiding the candidates on how to exit out of the
building in-case of an emergency, same to be pasted and visible across all halls.

Page 46 of 79
K-G002/1/2023-OPS
I/1863/2024

29. LAN IP range and Intercom display

a) This display works as an immediate reference board and captures all important Networking details the
same needs to be visible from the Server room:

Lab System System LAN Actual Buffer Intercom Primary Buffer Primary Backup
Name Count Numbers Count Number IP IP Server Server
Address Address

30. White background for Candidate photographs

a) We need to place/fix a white board at back of the Chair which is used by the candidate to register himself
while his picture/biometric are being captured. This chair along with the background can be moved and
kept elsewhere for next usage.

31. Electrical Panel / Switch board tagging

a) The Electrical Panel switch need to be tagged/allotted to their specific exam hall/bay or row so that it is
clear from one could easily understand what are of the building/halls electricity supplies would be
controlled by which switch.

32. LAN Network design


Page 47 of 79
K-G002/1/2023-OPS
I/1863/2024
a) This needs to be designed and placed on premises so that in case of issues the same could be referred to
for understanding the flow and controls

33. SMP Card activation - UPS

a) All the UPS Sets installed across Exam infra come with an inbuilt SMP Card, the same needs to be
activated so that the performance of the UPS can be monitored; this monitoring can be done on or even
centrally. Sample of the SMP report is reproduced below:

34. Color Coding of Desk numbers to identify/tag LAN number

a) This is extremely useful in identifying which particular desk is tagged/connected to which particular
LAN in a LAB, we can colour code the Table Number so that a specific colour represents all nodes
under a specific LAN.

Page 48 of 79
K-G002/1/2023-OPS
I/1863/2024

35. DG monitoring RMS

a) The RMS supports monitoring of Diesel usage for the DG Set along with monitoring of critical
parameters that can be used during mocks (Engine Temp/RPM), these details can be generated locally
on site as-well as via remote at the zonal level, ensure that proper reports in PDF are available for Hours
of running and Diesel Volume consumption.

36. Exhaust Fan

a) An exhaust fan has to be typically fixed at a distance of every 2.5 meters on both sides of Exam Rooms
for effective cross ventilation to take place.

b) Each exhaust fan to be installed at 0.5 Feet below the level of the ceilings/roof. The Air Intake Fans
should preferably be installed at a lower height from the ceiling and as much as possible be near to the
ground level as depicted in the diagram above for effective cross ventilation to take place.

c) Due care and consideration to be given by the Selected Bidder when selecting which side should be the
Fresh Air-Intake system and which side should be the Air exhaust system depending upon the seasonal
Page 49 of 79
K-G002/1/2023-OPS
I/1863/2024
wind directions and site location. It is recommended to keep the Air Intake system in line with the
natural breeze direction so that during winter season operation of exhausts can be eliminated and power
can be saved.

d) It is recommended to go with single phase exhaust system for all sites.

e) Depending on the space available to fix the exhaust fans on the wall, it is suggested to select 24 Inches
or 30 Inches exhaust system for effective cross ventilation to take place. It is be ensured that the noise
levels do not cross 60-65 Decibels as it is an exam center.

Page 50 of 79
K-G002/1/2023-OPS
I/1863/2024

SECTION VI: GENERAL INSTRUCTIONS

1. Important Instructions

a) The selected bidder(s) shall obtain declaration from their personnel (employed by them for the work in
the concerned job) that none of them have any near relations (such as children, brother, sister, nephew
and nieces of self and spouse) as well as anyone on whom they may have any special interest, is
appearing in the concerned job.

b) At any time before the submission of bids, NTA may amend the TENDER document by issuing an
addendum in writing or by standard electronic means by publishing on the website www.nta.ac.in. The
bidders are advised to check the website for corrigendum. The addendum may be sent to all bidders and
will be binding on them.

c) If the amendment is substantial, selected Bidder(s) shall be given reasonable time to make amendment
or to submit revised bid and the deadline for submission of bids may be extended by NTA at their
discretion.

d) The terms and conditions of the TENDER are subject to change after a decision post pre-bid meeting,
if and as and when necessitated.

2. Right to Accept Any Proposal and To Reject Any or All Proposal(s)

NTA reserves the right to accept or reject any proposal, and to annul the Tender process / Public procurement
process and reject all proposals at any time prior to award of contract without incurring any liability to the
affected bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds for NTA
action.

3. General Information

i. The technical bid should contain all the relevant information and desired enclosures in the prescribed
format along with Bid Security Declaration (BSD).

ii. All information called for in the enclosed forms should be furnished against the respective columns in
the forms. If information is furnished in a separate document, reference to the same should be given
against respective columns in such cases. If any particular query is not applicable, it should be stated as
"Not Applicable". However, the bidders are cautioned that not giving complete information called for
in the tender forms or not giving it in clear terms or making any change in the prescribed forms or
deliberately suppressing the information may result in the bidder being summarily disqualified. Tender
made by fax and those received late will not be entertained.

iii. The Responses should be typewritten or (legible) handwritten but there should not be any overwriting
or cutting. Correction, if any, shall be made by neatly crossing out, initialing, dating and rewriting. The
name and signature of bidder's authorized person should appear on each page of the application. All
pages of the tender response document shall be numbered and submitted as a package along with
forwarding letter on bidder's letter head.
Page 51 of 79
K-G002/1/2023-OPS
I/1863/2024
iv. Reference, information and certificates from the respective clients certifying technical, delivery and
execution capability of the bidder should be signed and the contact numbers of all such clients should
be mentioned. NTA may also independently seek information regarding the performance from the
clients.

v. The Bidder is advised to attach any additional information, which they think is necessary in regard to
their capabilities to establish that the bidder is capable in all respects to successfully complete the
envisaged work. They are however, advised not to attach superfluous information. No further
information will be entertained after Tender document is submitted, unless NTA calls it for.

vi. Even though bidder may satisfy the criteria, they are liable for disqualification if they have a record of
poor performance or not able to understand the scope of work etc.

vii. Prospective bidders may seek clarification regarding the project and/ or the requirements for
prequalification, in writing through mail within a reasonable time. The tender document can be viewed
at NTA’s web site: www.nta.ac.in.

viii. Receipt of submission of hard copy of original instruments should be submitted along with Technical
bid. Bid will be rejected in case of non-compliance. Late/delayed tender response shall not be accepted,
under any circumstances. The technical bid shall be opened at designated day/time at NTA Office, New
Delhi in the presence of bidders who may like to be present.

ix. Subject to clause 23, all disputes arising with respect to the bid document shall be subject to the
jurisdiction of appropriate court of Delhi, India alone and shall be governed by the law of India.

x. Bidders are neither allowed to join hands to participate in the tender nor allowed to submit multiple
bids. Any such act will make the bid liable for rejection.

xi. Even though bidders may satisfy the above requirements, they may be disqualified for the following
reasons:

• If misleading or false representation of facts are made or deliberately suppressed in the information
provided in the forms, statements and enclosures of this document.

• If they have a record of poor performance such as abandoning work, not properly completing the
contract or financial failures/weaknesses.

• If confidential inquiry reveals facts contrary to the information provided by the bidder.

• If confidential inquiry reveals unsatisfactory performance in any of the eligibility criteria.

• If bidder is engaged in any activity which can influence the conduct of exam such as conducting of
coaching classes etc.

• In such cases, NTA has the right to cancel or modify the tender document.

4. Download of Tender and Submission of Tender response

i. Tender documents may be downloaded from NTA website www.nta.ac.in (for reference only) and GeM
portal site www.gem.gov.in. Bids shall be submitted online only at GeM website: www.gem.gov.in

ii. Tenderers/Contractors are advised to follow the instructions provided in the ‘Instructions to the
Page 52 of 79
K-G002/1/2023-OPS
I/1863/2024
Contractors/Tenderer’ for the e-submission of the bids online through the GeM Portal for e Government
Marketplace at www.gem.gov.in.

iii. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size
of the scanned document.

iv. Tenderer who has downloaded the tender from the NTA website www.nta.ac.in and GeM website
www.gem.gov.in shall not tamper/modify the tender form including downloaded price bid template in
any manner. In case, the same is found to be tampered/ modified in any manner, tender will be
completely rejected and EMD would be forfeited, and tenderer is liable to be banned from doing
business with NTA.

v. The offers submitted by Telegram/Fax shall not be considered. No correspondence will be entertained
in this matter. The tender response shall be submitted, viz., technical bid.

vi. The technical bid shall consist of:

• Scanned copy of receipt of successful submission of Tender Fee & EMD to NTA

• Documents w.r.t to Bidder PQ (Refer Point 3 & 6 of Section III)

• Basic detail of the bidder as per Annexure – A on Bidder’s Letter head

• The financial information on CA’s Letter head (Refer Annexure – B)

• Stamp-Signed and scanned copy of Tender Acceptance Letter (Refer Annexure – F)

• All the documents should be sequentially numbered and stamp-signed by the authorized
signatory of the bidder

5. Processing Norms

NTA and successful bidder shall acknowledge and agree that the provision of Services under this Tender may
require the successful bidder to interact with the customers and suppliers of NTA relating to the Services as
special agent for and on behalf of NTA and/or to process transactions, in accordance with the general or special
guidelines, norms and instructions (“Processing Norms”) provided by NTA and agreed by the Parties. The
successful bidder shall be entitled to rely on and act in accordance with any such Processing Norms agreed by
the parties and the successful bidder shall incur no liability for claims, loss or damages arising as a result of
successful bidder’s compliance with the Processing Norms. NTA agrees to indemnify, defend and hold
successful bidder and its directors, officers, agents and employees involved in the Services, harmless from any
and all claims, actions, damages, liabilities, costs and expenses, including but not limited to reasonable
attorney’s fees and expenses, arising out of or resulting from the successful bidder’ compliance with Processing
Norms. Further, NTA shall be responsible for all activity occurring under its control and shall abide by all
applicable local, state, national and foreign laws, treaties and regulations in connection with their use of the
Service, including those related to applicable data privacy laws, international communications and the
transmission of technical or personal data.

6. Packing

Page 53 of 79
K-G002/1/2023-OPS
I/1863/2024
The supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration
during transit to their final destination as indicated in the contract. The packing shall be sufficient to withstand,
without limitation, rough handling during transit and exposure to extreme temperatures, salt and
precipitation during transit and open storage. Packing case size and weights shall take into consideration, where
appropriate the remoteness of the Goods final destination and the absence of heavy handling facilities at all
points in transit.

7. Insurance

The Goods supplied under the contract shall be fully insured in Indian National Rupees against any loss or
damage due to or in relation to or in connection incidental to manufacture or acquisition, transportation, storage
and delivery in the manner specified in Tender.

8. Payment

a. The method and conditions of payment to be made to the successful Bidder for Services shall be
specified in the Tender document.

b. The Successful Bidder request(s) for payment shall be made to the NTA in writing accompanied by an
invoice describing, as appropriate, service performed, and by documents, upon fulfillment of other
obligations stipulated in the contract.

c. Payments shall be made within 90 days of receipt of Invoice by the NTA but in no case later than One
Hundred (100) days of submission of the bills.

d. Payment shall be made in Indian National Rupees Only.

9. Prices

The Prices charged by the Supplier for Services performed under the Contract shall not vary from the prices
quoted by the Supplier in its bid.

10. Change Orders

a. The NTA may at any time, by written order given to the successful Bidder make changes within the
general scope of the contract in any one or more of the following:

i. drawings, designs or specifications, where Goods to be furnished under the Contract are
to be specifically manufactured for the Purchaser;

ii. the place of delivery; and

iii. the services to be provided by the Supplier.

b. If any such change causes an increase or decrease in the cost of, or the time required, for the Supplier's
performance of any provision under the Contract, an equitable adjustment shall be made in the Contract
Price or delivery schedule or both and the Contract shall accordingly be amended.

11. Contract Amendments

No variation in or modification of the terms of the Contract shall be made except by written amendment signed

Page 54 of 79
K-G002/1/2023-OPS
I/1863/2024
by the parties.

12. Assignment

The Supplier shall not assign, in whole or in part, its obligations to perform under the Contract, except
with the NTA's prior written consent.

13. Third Party Engagement

Third Party agreement does not intend that NTA would communicate with other party of any activity, the
successful bidder will be the single point of contact for all communication for NTA and entire responsibilities
shall belong to the successful bidder only.

Core and Non-Core activities are categorized as per the table below:

Core Activities Non-Core Activities


Supply and commissioning of Computers with Supply and commissioning of furniture (computer
preloaded software (i.e. Linux Operating System, table / desk, workstations & Chair) with required
Open Office, Antivirus etc) and utilities required by electrification & passive cabling for power supply
NTA. and connectivity. Every node shall have partition to
Supply and commissioning of Printers, Supply & keep privacy.
Commissioning of UPS. Maintenance of Infrastructure till contractual period
Manpower for operating computer lab and conducting to ensure uninterrupted service.
examination.
Establishment of Local server at each Computer lab.
Supply and commissioning of CCTVs for
surveillance.

14. Delays in Supplier’s Performance

a. Delivery of the Goods and performance of the Services shall be made by the successful bidder in
accordance with the time schedule specified by the NTA in the Schedule of requirements and the scope
of work.

b. If at any time during performance of the Contract, the successful bidder or engaged third party should
encounter conditions impeding timely delivery of the goods and performance of the service, the
successful bidder shall promptly notify the NTA in writing of the fact of the delay, its likely duration
and its cause(s). As soon as practicable, after receipt of the successful bidder notice the NTA shall
evaluate the situation and may at its discretion extend the successful bidder time for performance.

c. Except as provided, a delay by the successful bidder in the performance of its delivery obligations shall
render the successful bidder liable to the imposition of liquidated damages, unless an extension of time
is agreed upon in written without the application of liquidated damages.

Page 55 of 79
K-G002/1/2023-OPS
I/1863/2024
15. Liquidated Damages

If the successful bidder fails to deliver any or all of the Goods or to perform the services except the services to
be provided by third party agency within the period(s) specified in the contract in that specific exam centre, the
NTA shall, without prejudice to its other remedies under the contract, deduct from the Contract Price, as
liquidated damages, a sum equivalent to the Maximum 5% of the monthly billing of that specific exam centre
and its deduction as specified in Tender document.

16. Fraudulent and Corrupt Practices

The successful Bidders and their respective officers, employees, agents and advisers shall observe the highest
standard of ethics during the Selection Process. Notwithstanding anything to the contrary contained in this
Tender, NTA shall reject a Proposal without being liable in any manner whatsoever to the successful Bidder, if
it determines that the successful Bidder has, directly or indirectly or through an agent, engaged in corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice (collectively the
“Prohibited Practices”) in the selection process. In such an event, NTA shall, without prejudice to its any other
rights or remedies, forfeit and appropriate the Bid Security or Performance Security, as the case may be, as
mutually agreed genuine pre-estimated compensation and damages payable to the Authority for, inter alia, time,
cost and effort of the Authority, in regard to the Tender, including consideration and evaluation of such Bidder’s
Proposal.

For the purposes of this Section, the following terms shall have the meaning hereinafter respectively assigned
to them:

• “Corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or indirectly, of
anything of value to influence the action of any person connected with the Selection Process (for
avoidance of doubt, offering of employment to or employing or engaging in any manner whatsoever,
directly or indirectly, any official of NTA who is or has been associated in any manner, directly or
indirectly with the Selection Process or the LOI or has dealt with matters concerning the Agreement or
arising therefrom, before or after the execution thereof, at any time prior to the expiry of one year from
the date such official resigns or retires from or otherwise ceases to be in the service of NTA, shall be
deemed to constitute influencing the actions of a person connected with the Selection Process); or (ii)
save as otherwise provided herein, engaging in any manner whatsoever, whether during the Selection
Process or after the issue of the LOA or after the execution of the Agreement, as the case may be, any
person in respect of any matter relating to the Project or the LOA or the Agreement, who at any time
has been or is a legal, financial or technical consultant/ adviser of NTA in relation to any matter
concerning the Project;

• “Fraudulent practice” means a misrepresentation or omission of facts or disclosure of incomplete facts,


in order to influence the Selection Process;

• “Coercive practice” means impairing or harming or threatening to impair or harm, directly or indirectly,
any persons or property to influence any person’s participation or action in the Selection Process;

• “Undesirable practice” means (i) establishing contact with any person connected with or employed or

Page 56 of 79
K-G002/1/2023-OPS
I/1863/2024
engaged by NTA with the objective of canvassing, lobbying or in any manner influencing or attempting
to influence the Selection Process; or (ii) having a Conflict of Interest; and

• “Restrictive practice” means forming a cartel or arriving at any understanding or arrangement among
Bidders with the objective of restricting or manipulating a full and fair competition in the Selection
Process.

17. Force Majeure

Force Majeure is herein defined as any cause, which is beyond the control of the selected bidder or NTA as the
case may be which they could not foresee or with a reasonable amount of diligence could not have foreseen and
which substantially affect the performance of the contract, such as:

• Natural phenomenon, including but not limited to floods, droughts, earthquakes and epidemics.

• Acts of any government, including but not limited to war, declared or undeclared priorities, quarantines
and embargos

• Terrorist attack, public unrest in work area provided either party shall within 10 days from occurrence
of such a cause, notifies the other in writing of such causes.

The selected bidder or NTA shall not be liable for delay in performing his/her obligations resulting from any
force majeure cause as referred to and/or defined above. Any delay beyond 30 days shall lead to termination of
contract by parties and all obligations expressed quantitatively shall be calculated as on date of termination.
Notwithstanding this, provisions relating to indemnity, confidentiality survive termination of the contract.
However, NTA shall make payment for all the services rendered by the selected bidder till such date of
termination of contract.

18. Proprietary Rights

All rights, title and interests in and to the Services and any other material used by the selected bidder in the
provision of the Services shall exclusively belong to the selected bidder or its related party (“Bidder Proprietary
Material”). Any and all Intellectual Property Rights with respect to the Services and the selected bidder
Proprietary Material and all modifications, improvements, enhancements, or derivative works made thereto,
shall always belong to the selected bidder or its related party and NTA shall not be entitled to claim any rights
therein. All rights, title and interests in NTA Data shall always remain with NTA. NTA agrees that the selected
bidder shall have the right to list NTA name in its marketing material and use NTA logo with respect to such
listing and for reference purposes. NTA acknowledges that the provision of the Services hereunder by the
selected bidder shall be on a non-exclusive basis and the selected bidder shall be free at all times to provide the
services or perform obligations same or similar to the Services and obligations envisaged hereunder to any of
its other clients, either existing or future, and nothing herein shall preclude successful bidder from providing
such services or performing such obligations to its other clients, except that there shall be no arrangements with
the coaching classes directly/in-directly during the currency of this Tender and two years thereafter.

Page 57 of 79
K-G002/1/2023-OPS
I/1863/2024
19. Limitation of Liability

Neither party shall be liable to the other party for any special, indirect, incidental, exemplary, punitive or
consequential losses or damages or loss of profit, loss of goodwill, loss of revenue or operational losses whether
in contract, tort or other theories of law, even if such party has been advised of the possibility of such damages.
The total aggregate liability of Bidder under this Agreement shall not exceed the particular Examination Invoice
value at that specific Exam centre or 5% of that specific Exam centre's monthly billing value, whichever is
greater, paid to the bidder by the NTA for the service that gives rise to such liability. The limitation on any
Party’s liability herein shall not apply to (i) liability for damages, resulting from the willful misconduct and (ii)
breach of the use terms in respect of bidder’s application system. The bidder shall not be held liable for any
delay or failure in its obligations, if and to the extent such delay or failure has resulted from a delay or failure
by or on behalf of NTA to perform any of NTA’s obligations. In such event, Bidder shall be (a) allowed
additional time as may be required to perform its obligations, and (b) entitled to charge NTA for additional costs
incurred, if any, as may be mutually agreed upon between the Parties.

20. Dispute Resolution

In case of any dispute arising between the Parties in relation to any terms and conditions of this Tender, both
the parties shall try to resolve the issue mutually within 20 days of dispute raised and acknowledged by the other
Party. In any case, either party will give notice in writing to other party indicating its concern and method to
settle the issue. If the issue does not settle by negotiation, in the manner as prescribed, the same may be resolved
firstly by arbitration of 5 (Five) members wherein both the Parties shall select 2 (Two) members each, out of
which one shall be technical member and the other shall be general member. Upon selection of 2 (Two) members
each, the arbitration tribunal shall be headed by Director General, National Testing Agency. The dispute shall
be decided through the mechanism of voting and any or all orders shall be reasoned and speaking orders. The
node and venue of such arbitration shall be New Delhi. Secondly, courts at New Delhi shall have exclusive
jurisdiction to entertain any disputes arising out of or in relation to this Tender to the exclusion of all other
courts.

21. Integrity Pact

The vendors/ bidders are required to enter into “Integrity Pact” as notified by the CVC vide Circular
No.02/01/2017 (file No.015/VGL/091 dated 13.1.2017) and amended from time to time. Only those bidders/
vendors who commit themselves to such a pact with NTA would be considered competent to participate in the
bidding process. The Integrity Pact is to be submitted on a ‘Non Judicial Stamp paper of Rs.100/-

Page 58 of 79
K-G002/1/2023-OPS
I/1863/2024

ANNEXURE A (Refer – Pg. 51, Pt. 4.vi)


BASIC DETAILS OF THE BIDDER

For use of Technical


S. No. Bidder Details To be filled by the Bidder
Evaluation Committee
i. Name and Address of the Bidder

ii. Cost of Tender Form Details


iii. BSD Details, in case of
Central PSU only
1. Company
1a. Date of Registration
2. Average Annual Turnover in India
during last three financial years
2a. 2020-21
2b. 2021-22
2c. 2022-23
3. Permanent Account Number
Quality Certification No.
GST Number
4. Number of Projects executed as on
day of bidding
5. Contact Person Name
Phone No.
Mobile No.
Email Id.

The information given above is correct. In case, at any stage, any information is found to be false, my bid/
offer stands rejected.

Signature of the Bidder with Seal

Name of the Authorized Signatory


Designation
Phone Number
Email ID

Page 59 of 79
K-G002/1/2023-OPS
I/1863/2024

ANNEXURE B (Refer – Pg. 51, Pt. 4.vi)


FINANCIAL INFORMATION
I. Financial Analysis: Details to be furnished duly supported by figures in Balance Sheet/ Profit & Loss Account
for the last three years i.e. 2020-21, 2021-22, 2022-23 and certified by the Chartered Accountant, as submitted
by the Bidder to the Income-Tax Department (copies to be attached).

Table-1: Total Turnover

S. No. Details (1) (2) (3)


2020-21 2021-22 2022-23
i) Gross annual turnover
ii) Profit/Loss
iii) Net Worth

II. Please attach:


- Audited Balance Sheet.
- Profit / Loss statement

III. Note: Attach additional sheets, if necessary.

(Signature of Chartered Accountant)


Name:
Membership No.:
Date of sign:
Stamp:

Page 60 of 79
K-G002/1/2023-OPS
I/1863/2024

ANNEXURE C (Refer – Pg. 10, Pt. 8)


STRUCTURE OF THE ORGANIZATION
1. Name and address of bidder:

2. (a) Telephone No. :


(b) Fax No. :
(c) Email address :
3. Particulars of Registration with various Government bodies & Statutory Tax Authorities: (Attach
attested photocopy)
(a) Registration Number :
(b) Organization/Place of registration:
4. Names and titles of Directors & Officers with Designation to be concerned with this work with
Designation of individuals authorized to act for the organization:

5. Were you or your company ever required to suspend the work for a period of more than six months
continuously after you commenced the works? If so, give the name of the project and reason for not completing
the work.

6. Have you or your constituent partner(s) ever left the work awarded to you incomplete? If so, give name of the
project and reason for not completing the work.

7. Have you or your constituent partner(s) been debarred/black listed for tendering in any organization at any time?
If so, give details.

8. Area of specialization and Interest :

9. Any other information considered necessary but not included above.

(Signature with date and Seal of Bidder)

Page 61 of 79
K-G002/1/2023-OPS
I/1863/2024
ANNEXURE D (Refer Pg. 16, Pt. 1)
(For information only)
Table-1: State wise list (tentative) of Cities in India where NTA could propose creation of Exam centres

STATE CITY Code


ANDAMAN & NICOBAR ISLANDS PORT BLAIR AN01
ANDHRA PRADESH ANANTAPUR AP01
BAPATLA AP02
BHEEMAVARAM AP03
CHIRALA AP04
CHITTOOR AP05
ELURU AP06
GUNTUR AP07
KADAPA AP08
KAKINADA AP09
KURNOOL AP10
NELLORE AP11
ONGOLE AP12
RAJAMUNDRY AP13
SRIKAKULAM AP14
TADEPALLIGUDEM AP15
TIRUPATI AP16
VIJAYAWADA AP17
VISAKHAPATNAM AP18
VIZIANAGARAM AP19
ARUNACHAL PRADESH ITANAGAR AL01
NAHARLAGUN AL02
ASSAM DIBRUGARH AM01
GUWAHATI AM02
JORHAT AM03
SILCHAR(ASSAM) AM04
TEZPUR AM05
BIHAR ARRAH BR01
AURANGABAD(BIHAR) BR02
BHAGALPUR BR03
BIHAR SHARIF BR04
DARBHANGA BR05
GAYA BR06
MUZAFFARPUR BR07
PATNA BR08
PURNIA BR09
CHANDIGARH CHANDIGARH CH01
CHHATTISGARH BILASPUR CG01
DURG/BHILAI CG02
RAIPUR CG03
DADRA & NAGAR HAVELI DADRA & NAGAR HAVELI DN01
DAMAN & DIU DAMAN DD01
DELHI/NEW DELHI DELHI (CENTRAL) DL01
DELHI (EAST) DL02
DELHI (NORTH) DL03
DELHI (SOUTH) DL04
DELHI (WEST) DL05
GOA PANAJI/MADGAON GO01
GUJARAT AHMEDABAD GJ01
ANAND GJ02
BHAVNAGAR GJ03
GANDHINAGAR GJ04
GODHRA GJ05
JAMNAGAR GJ06
JUNAGADH GJ07
MEHSANA GJ08
PATAN GJ09
Page 62 of 79
K-G002/1/2023-OPS
I/1863/2024
RAJKOT GJ10
SURAT GJ11
VADODARA GJ12
VALSAD GJ13
HARYANA AMBALA HR01
BAHADURGARH HR02
FARIDABAD HR03
GURUGRAM HR04
HISSAR HR05
KARNAL HR06
KURUKSHETRA HR07
MURTHAL/SONEPAT HR08
PANCHKULA HR09
PANIPAT HR10
HIMACHAL PRADESH BILASPUR HP01
DHARAMSHALA HP02
HAMIRPUR(HIMACHAL PRADESH) HP03
KANGRA HP04
PALAMPUR HP05
SHIMLA HP06
SOLAN HP07
JAMMU & KASHMIR BARAMULLA JK01
JAMMU JK02
SAMBA JK03
SRINAGAR(J & K) JK04
UDHAMPUR JK05
JHARKHAND BOKARO JH01
DHANBAD JH02
HAZARIBAGH JH05
JAMSHEDPUR JH03
RANCHI JH04
KARNATAKA BAGALKOT KK01
BELGAUM KK02
BELLARY KK03
BENGALURU KK04
BIDAR KK05
DAVANGERE KK06
DHARWAD KK07
GULBARGA KK08
HASSAN KK09
HUBLI KK10
KOLAR KK11
MANGALURU KK12
MANIPAL KK13
MYSURU KK14
SHIVAMOGGA KK15
TUMAKURU KK16
UDUPI KK17
KERALA ALAPPUZHA KL01
ANGAMALY KL02
CHENGANUR KL03
ERNAKULAM/KOCHI KL04
IDUKKI KL05
KANJIRAPPALLY KL06
KANNUR KL07
KASARAGOD KL08
KOLLAM KL09
KOTHAMANGALAM KL10
KOTTAYAM KL11
KOZHIKODE KL12
MALAPPURAM KL13
MOOVATTUPUZHA KL14
PALAKKAD KL15

Page 63 of 79
K-G002/1/2023-OPS
I/1863/2024
PATHANAMTHITTA KL16
THIRUVANANTHAPURAM KL17
THRISSUR KL18
LAKSHADWEEP KAVARATTI LD01
MADHYA PRADESH BALAGHAT MP01
BETUL MP02
BHOPAL MP03
CHHATARPUR MP04
CHHINDWARA MP05
GWALIOR MP06
INDORE MP07
JABALPUR MP08
KHARGONE MP09
MANDSAUR MP10
REWA MP11
SAGAR MP12
SATNA MP13
SHAHDOL MP14
UJJAIN MP15
VIDISHA MP16
MAHARASHTRA AHMEDNAGAR MR01
AKOLA MR02
AMRAVATI MR03
AURANGABAD(MAHARASHTRA) MR04
BEED MR05
BHANDARA MR06
BHUSAWAL MR07
BULDHANA MR08
CHANDRAPUR MR09
DHULE MR10
GADCHIROLI MR11
GONDIA MR12
JALGAON MR13
KOLHAPUR MR14
LATUR MR15
MUMBAI SUBURBAN MR16
MUMBAI MR17
NAGPUR MR18
NANDED MR19
NASHIK MR20
NAVI MUMBAI MR21
PARBHANI MR22
PUNE MR23
RAIGAD/ALIBAUG MR24
RATNAGIRI MR25
SANGLI MR26
SATARA MR27
SOLAPUR MR28
THANE MR29
WARDHA MR30
WASHIM MR31
YAVATMAL MR32
MANIPUR IMPHAL MN01
MEGHALAYA SHILLONG MG01
MIZORAM AIZAWL MZ01
NAGALAND DIMAPUR NL01
KOHIMA NL02
ODISHA ANGUL OR01
BALASORE OR02
BEHRAMPUR(GANJAM) OR03
BHUBANESHWAR OR04
CUTTACK OR05
DHENKANAL OR06

Page 64 of 79
K-G002/1/2023-OPS
I/1863/2024
JEYPORE OR07
ROURKELA OR08
SAMBALPUR OR09
PUDUCHERRY PUDUCHERRY PO01
PUNJAB AMRITSAR PB01
BHATINDA PB02
FATEHGARH SAHIB PB03
FIROZPUR PB04
JALANDHAR PB05
LUDHIANA PB06
MOHALI PB07
PATHANKOT PB08
PATIALA PB09
PHAGWARA PB10
ROPAR PB11
SANGRUR PB12
RAJASTHAN AJMER RJ01
ALWAR RJ02
BHARATPUR RJ03
BHILWARA RJ04
BIKANER RJ05
JAIPUR RJ06
JODHPUR RJ07
KOTA RJ08
SIKAR RJ09
SRIGANGANAGAR RJ10
UDAIPUR RJ11
SIKKIM GANGTOK SM01
TAMIL NADU CHENNAI TN01
COIMBATORE TN02
CUDDALORE TN03
DINDIGUL TN04
KANCHIPURAM TN05
KANYAKUMARI TN06
KARUR TN07
MADURAI TN08
NAGARCOIL TN09
NAMAKKAL TN10
SALEM TN11
THANJAVUR TN12
THOOTHUKUDI TN13
TIRUCHIRAPPALLI TN14
TIRUNELVELI TN15
TIRUVALLUR TN16
TIRUVANNAMALAI TN17
VELLORE TN18
VILUPPURAM TN19
VIRUDHUNAGAR TN20
TELANGANA HYDERABAD TL01
KARIMNAGAR TL02
KHAMMAM TL03
MAHBUBNAGAR TL04
NALGONDA TL05
RANGA REDDY TL06
WARANGAL TL07
TRIPURA AGARTALA TA01
UTTAR PRADESH AGRA UP01
ALIGARH UP02
ALLAHABAD UP03
BAREILLY UP04
BULANDSHAHR UP05
FAIZABAD UP06
GHAZIABAD UP07

Page 65 of 79
K-G002/1/2023-OPS
I/1863/2024
GORAKHPUR UP08
JHANSI UP09
KANPUR UP10
LUCKNOW UP11
MATHURA UP12
MEERUT UP13
MORADABAD UP14
MUZAFFARNAGAR UP15
NOIDA/GREATER NOIDA UP16
RAEBARELI UP17
SAHARANPUR UP18
SITAPUR UP19
VARANASI UP20
UTTARAKHAND DEHRADUN UK01
HALDWANI UK02
HARIDWAR UK03
NAINITAL UK04
PANTNAGAR UK05
ROORKEE UK06
SRINAGAR(UTTARAKHAND) UK07
WEST BENGAL ASANSOL WB01
BURDWAN WB02
DARJEELING WB03
DURGAPUR WB04
HALDIA WB05
HOOGHLY WB06
HOWRAH WB07
KALYANI WB08
KHARAGPUR WB09
KOLKATA WB10
NORTH 24 PARGANAS WB11
SILIGURI WB12

Page 66 of 79
K-G002/1/2023-OPS
I/1863/2024

ANNEXURE E (Refer – Pg. 10, Pt. 8)


TECHNICAL BID FORM

The cost of the TENDER document is being remitted through Demand Draft/RTGS/NEFT No. _____ dated
________ for Rs. __________/- in favour of the Director General, National Testing Agency, New Delhi

S. Information to be furnished by the


Particulars
No. bidder along with documentary proof
1 Name of the Bidder with Complete Address, Phone
nos., Mobile nos. & email IDs.
2 Year of incorporation of the Company (Copy be
enclosed)
3 GST Registration No./PAN No.
(Copy be enclosed)
4 Annual Turnover(Financial year) duly certified by a
Chartered Accountants firm
2020-21
2021-22
2022-23
5 Details of BSD in case of Central PSU only

(Signature with date and Seal of Bidder)

Page 67 of 79
K-G002/1/2023-OPS
I/1863/2024

ANNEXURE F (Refer – Pg. 51, Pt. 4.vi)


TENDER ACCEPTANCE LETTER
(To be given on Company Letter Head)

Date:

To,

Sub: Acceptance of Terms & Conditions of TENDER.

TENDER Reference No:

Name of TENDER / Work: -

Dear Sir,

1. I/ We have downloaded / obtained the TENDER document(s) for the above mentioned ‘TENDER/Work’ from the
web site(s) namely:

as per your advertisement, given in the above mentioned website(s).

2. I / We hereby certify that I / we have read the entire terms and conditions of the TENDER documents from Page No.
to (including all documents like annexure(s), schedule(s), etc .,), which form part of the contract agreement
and I / we shall abide hereby by the terms / conditions / clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/ organisation too has also been taken into
consideration, while submitting this acceptance letter.

4. I / We hereby unconditionally accept the TENDER conditions of above mentioned TENDER document(s) /
corrigendum(s) in its totality / entirety.

5. I / We do hereby declare that our company has not been blacklisted/ debarred by any Govt. Department/Public sector
undertaking.

6. I / We certify that all information furnished by the our company is true & correct and in the event that the information
is found to be incorrect/untrue or found violated, then your department/ organisation shall without giving any notice or
reason therefore or summarily reject the bid, without prejudice to any other rights or remedy including the forfeiture of
the full said earnest money deposit absolutely.
Yours Faithfully,

(Signature of the Bidder, with Official Seal)

Page 68 of 79
K-G002/1/2023-OPS
I/1863/2024

ANNEXURE G (Refer – Pg. 10, Pt. 8)


BID SECURING DECLARATION FORM

Bid No.: _____________ Dated __________

To,

The _______________________
__________________________
New Delhi

Respected Sir,

We, the undersigned, declare that:

We, M/s…………………………… (herein referred as vendor) understand that, according to bid Clause No. ______,
bids may be supported with a Bid Securing Declaration, Vendor render the declaration that:-

The Vendor will automatically be suspended from being eligible for bidding in any contract with the NTA New Delhi
(herein referred as Purchaser) for the period of 3 years, starting on bid submission closing date, if Vendor are in breach
of any of the following obligation(s) under the bid conditions: -

a) If a Bidder withdraws the proposal after opening of the Proposal and during the period of Bid validity period
or its extended period, if any.
b) During the Bid process, if a Bidder indulges in any act as would jeopardize or unnecessarily delay the process
of bid evaluation and finalization.

Vendor understands that this declaration shall expire if Vendor is not the successful Bidder and on receipt of purchaser’s
notification of the award to another Bidder; or thirty days after the validity of the Bid; whichever is earlier.

(Signature)
Authorized Signatory
Name: _________________________________
Designation: ____________________________
Office Seal: _____________________________
Place: _________________________________
Date: _________________________________

Page 69 of 79
K-G002/1/2023-OPS
I/1863/2024

ANNEXURE H (Refer Pg. 11, Point 14)


FORMAT FOR BIDDER’S AUTHORIZATION LETTER

To
The Director General
National Testing Agency
New Delhi

Subject: Authorization Certificate

Bidder’s Representative name --------------------------- designation ----------------------- is hereby authorized to


signing relevant documents on behalf of the company ------------------------------ in dealing with Tender for Selection
of Bidder for the job of establishment of Computer Based Test (CBT) Exam Centers PAN India to assist National
Testing Agency in successful implementation of objectives of New Education Policy 2020 issued by you.
He/she is also authorized to attend meetings, submit bid as may be required by you in the course of processing the
above said Bid.

Authorized Signatory
Name
Seal

Page 70 of 79
K-G002/1/2023-OPS
I/1863/2024

ANNEXURE I (Refer Pg. 10, Pt. 9)


REQUEST FOR CLARIFICATION OF BID DOCUMENT

Bid Reference: Tender for Selection of Bidder for the job of establishment of Computer Based Test (CBT) Exam
Centers PAN India to assist National Testing Agency in successful implementation of objectives of New
Education Policy 2020.

Name of the Company:

Name of Person(s) representing the Company:

Name of Person Designation Email ID(s) Phone Number

Company’s Contact:

Contact Person(s) Address for Correspondence Email ID(s) Phone Number

Query / Clarification Sought:

S. No. Bid Page No. Bid Clause No. Clause Details Query / Suggestion / Remarks (if any)
Clarification

Date:

Place:

Signature:

Designation:

NOTE: Queries must be strictly submitted only in the prescribed format. Queries not submitted in the prescribed
format will not be considered / responded by the Tendering Authority.

Page 71 of 79
K-G002/1/2023-OPS
I/1863/2024

ANNEXURE J (Refer Pg. 10, Pt. 6.I(g))


SELF DECLARATION ON NON-BLACKLISTING

Date:

To

The Director General


National Testing Agency
New Delhi

Bid Reference: Tender for Selection of Bidder for the job of establishment of Computer Based Test (CBT) Exam
Centres PAN India to assist National Testing Agency in successful implementation of objectives of New Education
Policy 2020.

In response to the Tender No. _________________ for Selection of Bidder for the job of establishment of Computer
Based Test (CBT) Exam Centres PAN India, as an Director / Authorized Signatory of
……………………………………………… I/We hereby declare that neither our Company nor any of the
past/present Directors of our organization had been blacklisted by any of the Central Govt. /State Govt./ Semi-
Govt./ PSU or Govt. University/ Educational Institutions/ Organization/ Board/ Council/ Commission, in any case
related to any examination activity during the last 2 years as on day of bidding.

Also, I/We hereby declare that neither our Company nor any of the past/present Directors of our organization had
been convicted for any offence by any of the Court or vigilance organization like CBI, EOW, SIT, STF or law
enforcement agencies related to examination activity during the last 10 years as on day of bidding.

Yours Sincerely,

Name of the Bidder: -

Signature: -

Seal of the Organization: -

Page 72 of 79
K-G002/1/2023-OPS
I/1863/2024

ANNEXURE K (Refer – Pg. 10, Pt. 8)


NON-DISCLOSURE AGREEMENT

THIS AGREEMENT is made on the ………………………BETWEEN:

…………………………………………<<name of the department/ Corporation/Agency>>…………<<type of


organization>> having its registered office at ………………………………………… (Hereinafter referred to
as "Disclosing Party" which expressions shall unless repugnant to the context include its successors and assigns),
and

…………………………<<name of the Bidder >>a ……….………<<type of organization>>having its


registered office at ……………………………………., hereinafter referred to as “Receiving Party", which
expressions shall unless repugnant to the context include its successors and assigns);

The Disclosing Party and the Receiving Party shall hereinafter jointly be referred to as the “Parties”.

WHEREAS

The Disclosing Party is in possession of certain information defined hereunder as Confidential Information
by virtue of an agreement signed between the parties on dated

……………… for …………………………………..<<name of the project>>.

NOW IT IS HEREBY AGREED as follows:-

I. Confidential Information

For purposes of this Agreement, means all information to which the Receiving Party has access including but
not restricted to ………………………..…………….. <<name of the project>>Project Data which relates to the
technical, commercial and financial information, software in various stages of development, techniques, models,
data, procedures, functions, customer names and other information related to customers, suppliers, products,
developments, operations, processes, data, trade secrets, know-how and personnel of each Party and its affiliates
which is disclosed to or otherwise learned by the other Party and all other information which may be disclosed
by one Party or to which the other Party may be provided access by the disclosing Party or others in accordance
with this Agreement, or which is generated as a result of, incidental to or in connection with the Business
Purposes, which is not generally available to the public.

II. Not Within Definition

Notwithstanding any other provision of this Agreement, the Parties hereto acknowledge that Confidential
Information shall not include any information that:-

is, now or subsequently becomes public knowledge other than by breach of the provisions of this
Agreement; or

Page 73 of 79
K-G002/1/2023-OPS
I/1863/2024

is in the possession of the Party with the full right to disclose prior to its receipt from the Disclosing
Party, as evidenced by written records; or

is independently received by the Receiving Party from a third party, with no restrictions on disclosure
from such third party.

is independently developed by Receiving Party without reference to or based on Confidential


Information of the Disclosing Party.

III. Obligation of Confidentiality

The Receiving Party promises and agrees to receive and hold the Confidential Information in confidence.
Without limiting the generality of the foregoing, the Receiving Party further promises and agrees:

To protect and safeguard the Confidential Information against unauthorized use, publication or disclosure.

Not to, directly or indirectly, in any way, reveal, report, publish, disclose, transfer or otherwise use any of the
Confidential Information except as specifically authorized by the Disclosing Party in accordance with this Non-
Disclosure Agreement.

Not to use any Confidential Information to unfairly compete or obtain unfair advantage vis-à-vis Disclosing
Party in any commercial activity.

To restrict access to the Confidential Information to those of its officers, directors, and employees who clearly
need such access to carry out official duties towards Disclosing Party.

To instruct each of the persons to whom it provides access to any of the Confidential Information, that such
persons are strictly prohibited from making any use, publishing or otherwise disclosing to others, or permitting
others to use for their benefit or to the detriment of the Disclosing Party, any of the Confidential Information,
and, upon Request of the Disclosing Party, to provide the Disclosing Party with a copy of a written agreement
to that effect signed by such persons.

To comply with any other reasonable security measures requested in writing by the Disclosing Party. To not to
enter into any communication involving disclosure of Confidential Information in any form with either the
beneficiaries or the users of Software Application, without written consent of the Disclosing Party.

To not to disclose any names and their particulars to third parties without the written consent by the Disclosing
party.

To pay liquidated and other damages recoverable under the relevant clause of this Agreement.

IV. Property of the Parties

All Confidential Information disclosed pursuant to this Agreement shall be and remain the property of the

Page 74 of 79
K-G002/1/2023-OPS
I/1863/2024

Disclosing Party. Nothing in this Agreement shall be construed as granting or conferring any rights whatsoever,
whether expressly, impliedly or otherwise, in respect of the Confidential Information to the Receiving Party,
and the Confidential Information will be used only for the purposes of this Agreement.

V. Reporting Unauthorized Disclosure or Misuse of Confidential Information

The Receiving Party shall immediately inform the Disclosing Party of any unauthorized use or disclosure,
misappropriation or misuse by any person of any Confidential Information, upon the Receiving Party having
notice or knowledge of the same.

VI. Losses

The Receiving Party agrees to indemnify the other Party against any and all losses, damages, claims, or expenses
incurred or suffered by the other Party as a result of the Receiving Party's breach of this Agreement.

VII. Remedies

The Receiving Party understands and acknowledges that any disclosure or misappropriation of any of the
Confidential Information in violation of this Agreement may cause the Disclosing Party irreparable harm, the
amount of which may be difficult to ascertain and, therefore, agrees that the Disclosing Party shall have the right
to resort to civil & criminal remedies available under the law including the IT Act 2000 for taking action against
the Receiving Party and/ or for an order restraining any such further disclosure or misappropriation and for
such other relief as the Disclosing Party shall deem appropriate. Such right of the Disclosing Party shall be
in addition to Remedies otherwise available to the Disclosing Party at law or in equity.

In the event of default or breach of the terms of this agreement the Receiving Party and all its officers found
guilty of breach, shall be jointly & severally liable for action.

VIII. Notices

Any communication in connection with this Agreement must be in writing and be delivered personally, or by
registered mail receipt acknowledged, facsimile or e-mail (if receipt of the complete facsimile or electronic mail
is confirmed in writing by the recipient) to the address set out at the beginning of this Agreement.

IX. Term & Termination

This Agreement shall commence on the date as written above. The Receiving Party's obligations with respect to
the Confidential Information hereunder shall be co-terminus with the Agreement signed by the parties as referred
above. However if after expiration of the Agreement the Receiving Party remains in possession of any
Confidential Information then the obligations under this Agreement and consequences of breach shall continue
to remain in force till such information is in possession of the Receiving Party.

IN WITNESS WHEREOF the parties hereto have caused their duly authorized representatives to set their hands
the day and year first above written.

Page 75 of 79
K-G002/1/2023-OPS
I/1863/2024

Signature on behalf of the ………………………<<name of the department/Corporation/ Agency>> (Disclosing


Party)

(_ )

Name:

Designation:

Signature on behalf of the ……………………<<name of Bidder>>

(Receiving Party)

(_ )

Name:

Designation:

DATE:

WITNESSED BY: Name Address

Signature

1.

2.

Page 76 of 79
K-G002/1/2023-OPS
I/1863/2024

ANNEXURE L (Refer Pg. 11, Pt. 12)


FINANCIAL BID FORM

To
The Director General
National Testing Agency
New Delhi

Subject: FINANCIAL BID


Tender No.: __________________
Tender Name: ____________________

Respected Sir,
We hereby declare that we have carefully read the above mentioned tender details and accept all the Terms and
Conditions of this Tender documents.
We have enclosed below our best possible Financial offer as part of Rate Contract for the complete project duration:

UNIT PRICE
S. NO. SERVICE DESCRIPTION (Exclusive of UOM
GST taxes)

A Creation of Exam centre nodes in PAN India as per INR ______ Per Candidate Node
Scope of Work Per Shift
• Exam centre space will be provided by NTA
• Space rent will be borne by NTA
• However, all required infrastructure, Centre
management Manpower and Electricity
expense has to be borne by the Selected Bidder

B Creation of Exam centre nodes in PAN India as per INR ______ Per Candidate node
Scope of Work Per Shift
• Exam centre space will be arranged by bidder
himself
• Space rent will be borne by Selected Bidder
• However, all required infrastructure, Centre
management Manpower and Electricity
expense has to be borne by the Selected Bidder
GRAND TOTAL

NOTE:

Page 77 of 79
K-G002/1/2023-OPS
I/1863/2024

i. Bidder has to upload the Financial bid breakup in Annexure L and upload the same under Financial bid
folder in GeM portal.
ii. Candidates will be applicable as per Admit card generated.
iii. This Rate Contract would remain valid for the entire duration of project.
iv. This Rate Contract will be signed for minimum period of 5 years for each Examination centre and
thereafter, could be extended for further period of maximum one year twice (5+1+1 years), unless revoked,
on mutual discussion basis between NTA and service provider.
v. Price should be quoted as Exclusive of GST only. GST will be applicable as per Govt. of India norms.
vi. Bidder with lowest L1= (A*0.2+B*0.8) will be awarded work
vii. Bidder has to quote under GeM portal as per below Example calculation:
Calculation for Example under GEM portal

Bidder has to quote a “Total Lump 2000 x 540 x ‘Per Shift rate of S.No. A incl. taxes’) +
-Sum Value as per Formula” = 8000 x 540 x ‘Per Shift rate of S.No. B incl. taxes’)

Total Node count of 10000 is just taken for Bid Value approximate purpose.
For L1 calculation out of 10000, 2000 will be multiplication for S.No A and 8000 will be multiplication
factor for S.No-B.
However actual node count per exam center will be defined in each work order separately.
This should not be treated as minimum or maximum work guarantee from NTA.

2000 x 540 x ‘Per Shift rate of S.No. A incl. taxes’) + 8000 x 540 x ‘Per Shift rate of S.No. B incl.
taxes’)
Node count of 10000 has been approximated as per below
10000 nodes*540min guarantee shifts* 118 Rs ( with GST) per shift rate= INR 63.72 cr

Yours faithfully,

Name of the Bidder:


Name & Designation of Authorized Signatory:
Seal & Signature of Authorized Signatory:
Date & Place:

Page 78 of 79
K-G002/1/2023-OPS
I/1863/2024

GEM ANNEXURE M (Refer Pg. 25, Pt. 10(e ))


FORMAT FOR GO-LIVE OF EXAM CENTRE

To
The Director General
National Testing Agency
New Delhi

Subject: Go-Live of Exam Centre


Location: (Exam Centre Name / Exam Centre City / Exam Centre State)
Exam Centre Co-ordinator Contact details: _______________
Work Order No.: __________________ Dated _____________

Respected Sir,
We hereby declare that we have made all the efforts to the best of our capability and created an Exam centre with
a Computer Node capacity of ___________.
We hereby request your good-self to give your approval for satisfactory verification of Exam centre venue and its
node capacity.

Yours faithfully,
Name of the Bidder:
Name & Designation of Authorized Signatory:
Seal & Signature of Authorized Signatory:
Date & Place:

VERIFICATION:
I, (Name of the Official / Designation), on behalf of, National Testing Agency, Delhi has been appointed to inspect
the deliverables of (Exam Centre Name / City / State) installed by bidder _________.
I have verified the Computer Node count of _____ along with complete deliverables and declare that Exam centre
infrastructure is working fine to the best of the capability and has been declared Go-Live from (DD/MM/YYYY).

(Stamp / Signature of the Official)


Name / Designation of the Official: _____
Email ID of the Official: _____
Phone No. of the Official: ____

Page 79 of 79

You might also like